Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2003 FBO #0523
SOLICITATION NOTICE

Z -- Design-Build Multiple Award Construction Contract, Various Locations, Guam

Notice Date
5/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Marianas, PSC 455, Box 175 FPO AP, Santa Rita, GU, 96540-2200
 
ZIP Code
96540-2200
 
Solicitation Number
N62766-03-R-2340
 
Archive Date
7/4/2003
 
Point of Contact
Doris Castro, Contracting Officer, Phone 6713398465, Fax 6713394248, - Bernadita Terlaje, Contracting Officer, Phone 6713398387, Fax 6713397077,
 
E-Mail Address
castrodr@pwcguam.navy.mil, terlajeb@pwcguam.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This source selection procurement consists of one solicitation with the intent to award up to three indefinite delivery indefinite quantity Design-Build Multiple Award Construction Contracts (DB MACC). Under DB MACC contractors provide for the design and construction of projects. The work will generally be routine construction work such as renovation and repair of existing military facilities including barracks, administrative and personnel facilities, warehouses, and other structures of similar use. Tasks may include some new construction and incidental alteration/or construction work, repair to waterfront areas, underground and overhead facilities, industrial facilities, tasks to demolish existing facilities, power facilities, lead and asbestos abatement, and security and force protection projects. The location of the work is within the island of Guam. The Seed Project identified for award of the contracts is Project H-51-02 Repair Housing Office. The scope of work for the Seed Project includes, design and construction to repair and reconfigure interior floor spaces of Building 1657A to accommodate 32 office spaces, conference room, reception area with counter, children?s playroom, storage, lounge, file room and restrooms. The estimated price range for the Seed Project is between $250,000 and $500,000. This procurement will be indefinite delivery indefinite quantity DB MACC with a base period and two option periods. The performance-period requirements will be 365 calendar days from date of award for the base period and option periods. Task orders will have a not-to-exceed limit of $2,000,000. The maximum amount is $30,000,000 per base period and for each option period per contract or a total value of $90,000,000 per contract. The minimum guarantee is $25,000 for each contract for the base year only. Award will be made to the responsible offerors whose proposals, conforming to the Request for Proposals, will be most advantageous to the Government resulting the best value, price and other factors considered. After award of the initial contracts, the awardees will compete for task orders based on either best value or low price technically acceptable to the Government. Evaluation of contract award is based on the following factors: Factor (1) Price and Factor (2) Technical. Factor (2) Technical has five sub-factors, which are: (2A) Past Performance, (2B) Key Personnel and Experience, (2C) Designer Experience, (2D) Safety and (2E) Construction Management. Contract award will be made to the offerors representing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Price will be based on the Seed Project. Offerors can view or download the solicitation package at the website address: http://esol.navfac.navy.mil on or about 20 May 2003. The due date for receipt of proposals is 19 June 2003. This procurement is limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the U.S. Small Business Administration (SBA), Hawaii District Office, 300 Ala Moana Boulevard, Ste. 2-235, Honolulu, Hawaii 96850. Firms that are not serviced by the Hawaii District Office, but who have verifiable office and employees located within the geographic area serviced by the Hawaii District Office at the time of this FedBizOpps announcement, are also eligible to submit offers. All other firms are deemed ineligible to submit offers. The North American Industry Classification System (NAICS) Code is 236220. There is no requirement that 8(a) firms have NAICS Code 236220 approved by the SBA for use in their business plans.
 
Place of Performance
Address: Various Locations, Guam
 
Record
SN00317539-W 20030506/030504213058 (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.