Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOLICITATION NOTICE

Y -- Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii

Notice Date
3/15/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247815R4030
 
Point of Contact
Kris Nakashima (808) 474-3783 Jody Muraoka (808)471-0318
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii. This solicitation is being advertised on a SDVOSB set-aside basis; it is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award a maximum of eight (8) firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The primary NAICS Code is 236220 and the corresponding size standard is $36.5M average annual receipts over the last 3 fiscal years. The work includes, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on Design-Build or Design-Bid-Build (Full Plans and Specifications) for infrastructure within the State of Hawaii. śInfrastructure ť is defined as 1) residential building construction for single family and/or multi-family housing; 2) construction for industrial buildings and warehouses; 3) nonresidential buildings, other than industrial buildings and warehouses; or 4) improvements such as utilities, landscaping, airfields and roadways. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force, and miscellaneous Federal and other facilities. Task orders will be issued for the work that may require design and construction services. In support of the Design-Build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The basis of awards is to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Technical Approach, (2) Experience, (3) Past Performance, (4) Safety, (5) Energy and Sustainable Design and (6) Price. Price proposals will consist of lump sum pricing for a Project. The combined non-cost/price factors are approximately equal to price. Pricing of the project is required for the price proposal. The contract period of performance is anticipated to consist of a one-year base period and four one-year option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $98,000,000. The minimum and maximum task order limitation will be established at $150,000 to $2,000,000, respectively, and will be competed among the contract awardees. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $10,000 is guaranteed to be ordered from each awardee under the performance period of the contract. The minimum guarantee may be met by the issuance of a task order during the base period or option period(s). Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. It is anticipated that the solicitation will be issued on or around April 2016. The solicitation will be available in electronic format only. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov on or about April 2016. No hard copies will be provided. It is the contractor ™s responsibility to check the websites daily for any amendments to this solicitation. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the websites listed above. To be eligible for contract award, a firm must be registered with the System For Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/portal/public/SAM The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247815R4030/listing.html)
 
Record
SN04050419-W 20160317/160315234724-b642e8f12ade5cb0491b5259dee2f1a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.