Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

C -- MACC DB/DBB Electrical and Fire Alarm System Support Services ? NAVSTA Great Lakes

Notice Date
4/19/2023 6:26:50 AM
 
Notice Type
Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2570
 
Response Due
5/12/2023 11:00:00 AM
 
Archive Date
07/31/2023
 
Point of Contact
Ken Seymour, Phone: 847-688-5395
 
E-Mail Address
kenneth.d.seymour@navy.mil
(kenneth.d.seymour@navy.mil)
 
Awardee
null
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR ELECTRICAL AND FIRE ALARM PROJECTS AT NAVAL STATION GREAT LAKES, ILLINOIS AND NAVY OPERATIONAL SUPPORT CENTERS (NOSCS) WITHIN THE AREA OF RESPONSIBILITY OF A 450-MILE RADIUS OF NAVAL STATION GREAT LAKESThis acquisition will result in the award of Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contracts (MACC?s) for Electrical and Fire Alarm Projects at Naval Station Great Lakes and Naval Operational Support Centers (NOSCs) within the AOR of a 450-mile Radius of Naval Station Great Lakes. The Government intends to award up to five (5) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best values after evaluation in accordance with the factors and their relative importance unless the Source Selection Authority determines that award to more than five (5) Offerors is appropriate.Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes to complete Electrical and Fire Alarm projects. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various projects ranging in size from $100,000.00 to $5,000,000.00 at assorted buildings and structures at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes. Lead or asbestos abatement may be requirement. Work in explosive facilities will be required. Larger projects will be issued as either fully design projects or design build projects. The projects will include delivery of both Design-Build and Design-Bid-Build project design as well as MEP-specific study/evaluation work. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.The duration of the contract(s) will be for twelve (12) months from the date of contract award with four (4) 12-month option periods, not to exceed 60 months. The total five-year (base and four 12-month options) estimated construction cost for all contracts will not exceed $50,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $100,000.00 to $5,000,000.00. The Government guarantees an award amount of $5,000.00 to each successful Offeror over the full term of the contract, including option years.After award of the initial contracts and ?seed? project, the successful IDIQ contractors will compete for task orders based on best value, using the tradeoff process or lowest price technically acceptable (to include lowest price). Only the successful IDIQ contractors will compete for task orders.The intent of this contract is that all MACC Contractors participate in pre-proposal conferences and site visits and submit proposals on each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event a MACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the Administrative Contracting Officer (ACO) for the basic contract within five (5) working days from receipt of the RFP. A MACC awardee can only elect to withdraw from submitting a proposal on two (2) task order RFPs during the course of each year of the contract (base plus four options). Additional withdrawal requests, in excess of two (2) per year may result in the Government choosing not to exercise remaining option terms.Each task order will contain project-specific evaluation factors that will vary depending on the unique requirements for each task order. Additionally, each task order will cite a specific period of performance and associated liquidated damages.The initial project (seed project) to be awarded as the first task order along with the basic contract will be Buildings 833 and 834, Electrical Reconfiguration at Naval Station Great Lakes, IL. The project includes, but is not limited to, designing and reconfiguring the electrical systems in each building to prevent circuit overloads.? Provide a new dedicated electrical circuit for the existing 20A kitchenette receptacle in each berthing unit.? The remaining general purpose receptacles affected by this reconfiguration shall be rewired as needed to remain on their existing circuits.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74577bae88d849789d3161c2e3c9cc56/view)
 
Place of Performance
Address: Great Lakes, IL 60088, USA
Zip Code: 60088
Country: USA
 
Record
SN06655398-F 20230421/230419230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.