SOLICITATION NOTICE
Y -- IDIQ Solution Order Concept Multiple Award Construction Contract (MACC) at Naval Training Center, Great Lakes, IL and other activities
- Notice Date
- 5/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
- ZIP Code
- 60088-5600
- Solicitation Number
- N68950-02-R-0001
- Point of Contact
- Donald Bandman, Contract Officer, Phone 847-688-2600x433, Fax 847-688-6567, - Karen Kuehn, Contract Specialist, Phone (847) 688-2600 x103, Fax (847) 688-6567,
- E-Mail Address
-
bandmande@efdsouth.navfac.navy.mil, kuehnkj@efdsouth.navfac.navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- N68950-02-R-0001 INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) SOLUTION ORDER CONCEPT MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) AT NAVAL TRAINING CENTER, GREAT LAKES, ILLINOIS AND OTHER ACTIVITIES IN THE ENGINEERING FIELD ACTIVITY MIDWEST AREA OF RESPONSIBILITY. This acquisition will be limited to 8(a) firms servicing the Chicago District Office which have a NAICS Code Sector 233, 234, and 235. All other firms are deemed ineligible to submit offers. This solicitation will result in the award of three contracts to three 8(a) contractors who provide the most advantageous, responsive and responsible proposal resulting in the best value to the government, price and other factors considered. It is the intention of this acquisition to procure renovation, alteration, repair, construction and design/build capability by means of an Indefinite Delivery / Indefinite Quantity (IDIQ) Solution Order Concept Multiple Award Construction Contract (MACC) at Naval Training Center, Great Lakes and their fifteen state area of responsibility. The fifteen state area of responsibility includes Naval Installations in CO, IL, IN, IA, KS, KY, MI, MN MO ND, NE, OH, SD, WI and WY. However, the majority of the work will be at Great Lakes, IL. This acquisition is for a base year of twelve months for a maximum value of $10 million. The contract contains two twelve-month options for a total maximum duration of thirty-six months or a value of $30 million whichever comes first. Phase I of the procurement process is a narrowing phase to approximately three to five offerors based on factors that include: Past Performance, Technical Qualifications, Scheduling. Phase I factors relate to the base year and two option year IDIQ contract requirements for general building type projects including administrative, training, dormitory, and community support type facilities, not just the seed project identified in the RFP. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit additional information on Factor B (Technical) and price proposals for a ?seed? project, which has been identified as Construction of a Small Arms Ammunition Bunker at the Naval Training Center Great Lakes, Illinois. The estimated price range for the seed project is $250,000 - $500,000. Firms are expected to participate in the pre-proposal conference. The Government may choose to award the seed project based on initial proposals without holding discussions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any one or all proposers; to award the seed project to other than the proposer submitting the lowest total price; and to award contracts to the three proposers submitting proposals determined by the Source Selection Authority to be the most advantageous, best value, to the Government. Price proposals will include total evaluated price (price of seed project plus modification markups). The best value proposal for the seed project will be awarded the seed project and an IDIQ construction contract for the base year. The second and third contracts will be awarded at the same time with a minimum guarantee of $25,000. INITIAL PROPOSAL EVALUATION: Phase I of this procurement will result in a narrowing of offerors to approximately three to five based on Phase I evaluation factors that include: (1) Past Performance (2) Technical Qualifications, (3) Scheduling. These Phase I factors relate to the base year and two option years IDIQ contract requirements for general building type projects including administrative, training, dormitory and community support type facilities, not just the seed project. The selected firms will be selected to submit Technical and Price proposals for Phase II. For evaluation purposes the Government will calculate the total price proposal as the sum of the seed project plus the mark up evaluation price. After proposal revisions (if necessary) are received, a best value award decision will be made based on the individual seed project. The selected firms will be requested to submit technical and price proposals for the seed project. Offerors who fail to submit technical and price proposals in Phase II for the seed project will not be considered for an award. The Government will award the seed project based on the most advantageous combination of price and technical factors that result in the overall best value award to the Government. If discussions are required, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror in the competitive range will be given an opportunity to submit a proposal revision. Price and overall technical rating are of equal significance for the best value awards. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE IN PHASE II, WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Phase II proposals will be requested from approximately three to five offerors who submitted proposals during Phase I which are determined to be the most highly qualified. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions to provide an opportunity for the offeror to revise its proposal. FOLLOW-ON WORK AFTER AWARD; All three contractors awarded an IDIQ Contract will compete on subsequent task orders. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value trade-off continuum or low price. If the Government decides to issue the task order as a best value, award factors will vary depending on the unique requirements for each task order. Should one of the three IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, then the Government reserves the right to negotiate a task order with only that offeror.
- Place of Performance
- Address: Naval Training Center, Great Lakes, IL, and other activities in the Engineering Field Activity Midwest area of responsibility.
- Zip Code: 60088
- Country: US
- Zip Code: 60088
- Record
- SN00071193-W 20020505/020503213340 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |