SOLICITATION NOTICE
Y -- IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR VARIOUS WATERFRONT FACILITIES AT VARIOUS LOCATIONS WITHIN THE SOUTHWEST DIVISION AREA OF RESPONSIBILITY
- Notice Date
- 6/25/2003
- Notice Type
- Solicitation Notice
- 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
- N68711-03-R-7028
- Response Due
- 8/11/2003
- Archive Date
- 8/26/2003
- Point of Contact
- Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789, - Vickie Ball, Lead Contract Specialist, Phone 6195321536, Fax 6195324789,
- E-Mail Address
-
crawfordla@efdsw.navfac.navy.mil, ballvb@efdsw.navfac.navy.mil
- Description
- This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts. One of the contracts will be set-aside for a qualified 8(a) firm, provided a proposal is submitted, price and technical factors considered. The remaining contracts will be made to the firms considered to be the Best Value and will be competed UNRESTRICTED. Any qualified 8(a) business concern may compete for one of the unrestricted contracts, as well as for the single contract reserved for 8(a). However, only one contract award per firm is allowed. Contracts will be awarded to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. Price evaluation preference for the unrestricted competition will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. This is an 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 properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction and repair by design-build or (to a lesser extent) design-bid-build of waterfront facilities at various locations within the Southwest Division Area of Responsibility including, but not limited to, California, Oregon, and Washington. However, it is anticipated the majority of the work will be performed in Southern California. The work will be for new construction, repair, alteration, and renovation, by design-build or design-bid-build, dredging and disposal, demolition, and construction related operations, both in and above water; of waterfront facilities, such as, but not limited to: piers, wharves, quay walls, bulkheads, sea wall, dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, sheet piles, and dredging and disposal. The work also includes the design and construction of all utilities and other facilities in the waterfront area and/or related to waterfront operations, to support Navy vessels and port operations. The North American Industry Code Standard is 237990 and the annual size standard is $28.5 million. In support of design-build strategies, each Offeror shall possess in-house capabilities or employ the services of a Lead Design Firm (A-E) experienced in the design development and coordination of projects within the scope of this contract. Offerors may offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of contract(s). The Offeror and the proposed Lead Design Firm(s) for the basic contract(s) will be evaluated as a team. Lead Design Firm(s) (A-E), their subsidiaries and affiliates that are involved at the RFP or design stage of a particular project will not be allowed to propose or be used on a Task Order for that project. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. 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 task orders. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months or a value of $50 million, whichever occurs first. The task order range for this contract is between $500,000 and $10,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $25,000 is guaranteed to be ordered to each awardee. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based evaluation of the following: Factor 1 - Past Performance of Offeror and Offeror's Team; Factor 2 ? Support of Small Business (Applicable to the unrestricted competition only); Factor 3 - Experience of Offeror and Offeror's Team; Factor 4 ? Technical Approach; and Factor 5 - Price (based on Proposed Task Order 0001). For the unrestricted competition, when the proposal is evaluated as a whole, Factors 1, 2, 3, and 4 combined are significantly more important than price. For the 8(a) reserve competition, when the proposal is evaluated as a whole, Factors 1, 2, 3 combined are significantly more important than price. The recommended subcontracting goals for the contract value (base and all options periods) are as follows: 8% - Woman-Owned Small Business; 10% - Small Disadvantaged Business; 3% - HUBZone Small Business; 3% - Veteran-Owned Small Business; 3% - Service Disabled Veteran-Owned Small Business; 1% - Utilization of Locally-Owned Small Business (for work in remote areas); - and 27% Other Small Business. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. Proposed Task Order (PTO) 0001 is to provide all labor and materials necessary for all labor, materials and equipment necessary for the removal of existing creosote treated timber fender system, removal of bottom debris and pile stubs, installation of recycled plastic piles and concrete filled fiberglass piles, installation of recycled plastic pile corner protection fender systems, installation of face panels on the concrete fender piles and all incidental related work. This PTO is representative of the projects that may be procured through this contract. The estimated price range for Task Order 0001 is between $1,000,000 and $5,000,000. The Government reserves the right to award a single contract for the performance of the Proposed Task Order identified in the RFP ("Proposed Task Order 0001") only. The Government reserves the right not to award the Proposed Task Order 0001. A site visit may be scheduled at a later date. A pre-proposal conference is scheduled for 17 July 2003 at 1:00 p.m. sharp. The conference will be held at 1220 Pacific Highway, Building 127, Room 139 (Blue Room), San Diego, California 92132. Registration for the conference is located at the website shown below. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the website at http://www.esol.navfac.navy.mil on or about 11 July 2003. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. For inquiries, contact Lisa Crawford at crawfordla@efdsw.navfac.navy.mil. NOTE: Contractor's must be registered in the Central Contractor Register (CCR) prior to award of a DoD contract. For more information, see the CCR website at http://www.ccr.gov. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal Contractor Veterans' Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information and follow-up assistance is provided at VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto:helpdesk@vets100.com.
- Place of Performance
- Address: Various locations within the Southwest Division Area of Responsibility including, but not limited to, California, Oregon, and Washington.
- Country: USA
- Country: USA
- Record
- SN00356943-W 20030627/030626003715 (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 |