SOLICITATION NOTICE
Y -- Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for TX, LA, & MS Area
- Notice Date
- 5/18/2012
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, Building 135, P. O. Box 30, NAS, Jacksonville, FL 32212-0030
- ZIP Code
- 32212
- Solicitation Number
- N6945012R1759
- Point of Contact
- Robert Woolwine robert.woolwine@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction type work for activities in the Texas, Louisiana, and Mississippi areas. Work may be required in other areas in the area of responsibility of NAVFAC SE if deemed necessary. This solicitation will result in the award of up to five (5) Design Build IDIQ MACCs, unless a number more than five (5) is determined to be in the best interest of the Government. Construction projects to be performed will primarily consist of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, retail, food service, dormitory, community support facilities and both vertical and horizontal construction. All projects will be required to meet sustainable design requirements. The total aggregate value for all contracts to be awarded from any resultant solicitation is $99,000,000 maximum over the base year and four (4) option periods combined. There is no yearly or per contractor limit except for the total five (5) year maximum. Task orders will be firm fixed-priced, normally in the range of $4,000,000 to $20,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest. The Request for Proposal (RFP) will be issued as a competitive requirement open to all small business firms in accordance with FAR Subpart 6.2, Full and Open Competition After Exclusion of Sources. The RFP will be open to participation by interested small business firms with specialized experience and qualifications required by this contract. The NAICS code for this IDIQ MACC solicitation is 236220 with a size standard of $33,500,000. The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. The solicitation evaluation factors for the MACC award will state that technical factors are equal in importance to each other and, when combined, are approximately equal to price. Future task orders will also be competed using trade-off procedures. Offerors selected to proceed to Phase-Two will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC for a base year with four (4) option years and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ MACC for a base year and four (4) option years with a minimum guarantee of $5,000.00 over the five (5) year period. There is currently no seed project identified for this solicitation. A seed project will be identified at commencement of Phase-Two. Contract award is anticipated on or around Apr 2013. This will be an electronic solicitation, which can be downloaded from Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the solicitation). Phase-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION (CCR). PLEASE VISIT THE CCR WEBSITE AT https://www.bpn.gov/CCR/scripts/index.html FOR INSTRUCTIONS ON HOW TO REGISTER. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2012). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-MAR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/071ac3357fc91ea3212d461fb7de3959)
- Record
- SN05259176-F 20190327/190325230009 (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 |