Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2003 FBO #0445
MODIFICATION

Y -- 100% Set Aside for 8(a). Multiple Award Construction Contract

Notice Date
2/18/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-01-R-6519
 
Response Due
2/19/2003
 
Archive Date
3/6/2003
 
Point of Contact
Laura Smith, Contract Specialist, Phone 6195323083, Fax 6195324789, - Vickie Ball, Lead Contract Specialist, Phone 6195321536, Fax 6195324789,
 
E-Mail Address
smithlj@efdsw.navfac.navy.mil, ballvb@efdsw.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
NOTE: This modification is to change the POC from Alice Watson to Laura Smith. NOTICE: This procurement is 100% set-aside for 8(a). In accordance with 13 CFR 124.507(c) (2), the Small Business Administration (SBA) may limit 8(a) competition to participants having a bona fide place of business within the geographical boundaries of Arizona, Los Angeles, Nevada, New Mexico, Santa Ana, and San Diego District Offices. It appears that the majority of the work will be performed in California, therefore, SBA may consider limiting competition to contractors located in Fresno, Los Angeles, Santa Ana, San Diego, San Francisco, California and Arizona. Competition is limited to participants in the developmental and/or transitional stage who have never received an 8(a) Multiple Award Construction Contract (MACC). Firms shall be licensed/bonded and capable to perform construction work under the NAICS Code 233. Firms wishing to submit a proposal in response to this solicitation must first submit a Letter of Intent to SWDIVNAVFACENGCOM, Attn: Alice Watson, Code 02R3, 1220 Pacific Highway, San Diego, CA 92132-5190 no later than 4:00 p.m. 31 January 2002. The following information must be included in the Letter of Intent: Company name, a positive statement of your intent to submit a proposal for this solicitation as a prime contractor, point of contact, phone number, email address, and your SBA servicing office. Only those firms responding to this announcement by 4:00 p.m. 31 January 2002 will be considered and no additional firms will be added. SBA, Business Opportunity Specialist assigned to the 8(a) participant will determine whether or not the a firm is eligible to propose based on the eligibility criteria prescribed in 13 CFR 124.507. Eligibility is based on 8(a) BD program criteria, including whether the Participant is: (i) A small business under the NAICS/SIC code assigned to the requirement; and (ii) A concern with a bona fide place of business in the applicable geographic area if the procurement is for construction. The respective SBA district office representatives will determine whether or not a firm is eligible to submit a proposal in response to the solicitation. All firms will be notified accordingly. This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposer(s) whose proposal(s), conforming to the Request for Proposal(s), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THE ONE SUBMITTING THE LOWEST PRICE. ADDITIONALLY, IT IS THE INTENT OF THE GOVERNMENT TO AWARD WITHOUT DISCUSSIONS. THEREFORE, THE OFFEROR'S INITIAL PROPOSAL SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The work to be acquired under this solicitation falls under North American Industry Classification System (NAICS) 233. The annual size standard is $27.5 million. This is an indefinite delivery indefinite quantity (IDIQ) contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor(s). Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, design-build for new construction, renovation/revitalization/alteration and repair and associated work at various locations within Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Types of work/projects may include, but is not limited to: administrative and industrial facilities, whole house revitalization, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional building construction, manufacturing and industrial building construction, and other similar facilities. In support of design-build strategies, each offeror shall employ the services of an architect/engineering design firm experienced in the coordination of multi-discipline architectural/engineering design efforts in all aspects of new and renovation of various types of facilities. The Government shall not coordinate the work for the Contractor. Offerors may offer multiple lead design firms to satisfy a variety of project types projected to be awarded during the term of the contract. The Offeror and the Lead Design Firm(s) proposed for the basic contract will be evaluated as a team. Lead Design Firm(s) (A/Es), their subsidiaries and affiliates that were involved at the RFP or design stage of a particular project may not be proposed or used on a task order for that project. Award factors will vary depending on the unique requirements for each task order, and may be competed on the basis of price, best value, or technically acceptable low price. Task orders may be performance oriented requiring minimal design, may occasionally be complex construction requiring design development for design-build construction or a combination of both. Task orders may not have traditional plans and specifications, but may include sketches, and request for catalog cuts, and other submittals. In order to develop a mutually agreed upon Statement of Work, the salient requirements of the task order, will be scoped by the Government/Contractor Team. The awarded task order will be a performance scoped, firm fixed price task order with a specific completion date. Should any of the IDIQ Contractors be unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded a task order. If a contractor selects not to attend a site visit and submit a proposal, the contractor shall provide written notification to the Contracting Officer within two days, of receipt of either a written or oral scope of work. The estimated maximum dollar value, including the base year and all options, is $30,000,000 for each contract awarded under this solicitation. The one time minimum guarantee is $25,000. The task order range is estimated at $500,000 - $3,000,000. Individual task orders/projects may also require incorporation of sustainable design features. The basic contract is for twelve months (or earlier as determined by the Contracting Officer after the contract maximum amount of $30,000,000 per contractor is ordered by the Government). The contract contains four (4) 12-month options for a total duration of 60 months or a value of $30 million per contractor, whichever occurs first. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Selection for award will be based on evaluation of the following criteria as defined in the RFP: (1) Past performance of the Offeror's Team; (2) Technical Experience of Offeror's Team; and (3) Price will be based on all labor, materials and equipment necessary to add ventilation for a total of 36 separate welding booths to an existing building and incidental related work. This work involves the replacement of two existing supply air handling units located on the roof with two new larger supply air handling units and two new exhaust fans. The proposed task order also includes fluorescent light fixtures, conduit and wiring. This project is separated into two identical Parts, Part A, and Part B, located within the same building. Each part contains 18 separate welding booths and an existing supply air-handling unit. The Government reserves the right not to award proposed Task Order 0001. Proposed Task Order 0001 may or may not be awarded through this contract or any other contract. Also, the Government reserves the right to award only one contract covering, proposed Task Order 0001. The Government, further, reserves the right, with sole discretion, subject to the availability of funds, to award proposed Task Order 0001 within 120 calendar days after Contract Award to the offeror submitting the best value proposal in response to the solicitation. A pre-proposal conference will held in San Diego. Date and time to be established. No site visit will be held. This solicitation will be offered in electronic format only to those firms determined by SBA to be eligible. No hard copies will be provided. All offerors shall be registered in the Central Contractors Register (CCR) prior to award of a DoD contract. For more information see the CCR web site at http://www.ccr.gov/ The response time set by far 5.203 will begin on the date of issuance of the solicitation. For inquires contact Alice Watson at mailto:watsonar@efdsw.navfac.navy.mil or Laura Smith at: mailto:smithlj@efdsw.navfac.navy.mil.
 
Place of Performance
Address: Arizona, California, Nevada and New Mexico
 
Record
SN00261006-W 20030220/030218213424 (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 |
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.