SOLICITATION NOTICE
Y -- Multiple Award Construction Contract (MACC), Waterfront Projects in the State of Hawaii
- Notice Date
- 2/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— -- Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0262, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-04-R-1300
- Response Due
- 4/15/2004
- Point of Contact
- Wanda Okemura, Contract Specialist, Phone (808) 474-6321, Fax (808) 474-7316, - Stan Louis, Supervisory Contract Specialist, Phone (808) 474-6731, Fax (808) 474-7316,
- E-Mail Address
-
wanda.okemura@navy.mil, louissj@efdpac.navfac.navy.mil
- Description
- The resulting contracts from this solicitation is subject to congressional authorization and appropriation.    Estimated range is from $100,000,000 to $250,000,000 per contract.    THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237990 AND AVERAGE ANNUAL RECEIPTS IS $28.5 MILLION AVERAGE ANNUAL RECEIPTS OVER THE LAST THREE FISCAL YEARS.    This procurement is UNRESTRICTED. This procurement consists of one solicitation with the intent to award a minimum of two firm fixed price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts from this solicitation.    The scope of work includes, but is not limited to, the design and construction of piers/wharves and other waterfront facilities, such as warehouse construction, rehabilitation and/or improvements; site improvements; utility connections; maintenance and construction dredging; and other incidental work.    Waterfront pier/wharf work includes, but is not limited to, selective demolition of existing waterfront structures; pile supported piers/wharves; marine concrete; reinforced concrete wharf structures; precast, prestressed concrete; concrete rehabilitation; prestressed concrete bearing and fender piles; steel sheet piles; fiberglass plastic fender work; marine hardware; cylindrical fender system; coating of waterfront steel structures; cathodic protection; fire alarm systems; ship-to-shore utility connections; plumbing; fuel piping; electrical and pier telephone systems; and other incidental work.    Dredging work includes, but is not limited to, maintenance and/or construction dredging and ocean and/or upland disposal of dredge material. Other waterfront facilities include facilities that are part of the project or conflict with the construction of the project such as, transit storage/staging facility work; reinforced concrete footings on precast, prestressed concrete pile foundations; reinforced concrete floor slabs; steel joist/metal deck roof frame system; mezzanine, doors, windows, architectural finishes; building specialties, such as, fire alarm and sprinkler systems, plumbing, air conditioning and ventilation; electrical work and other incidental work.    Site work includes, but is not limited to, asphalt concrete pavement; reinforced concrete apron; water distribution; sanitary sewerage; fuel distribution piping; chain link fence and gates; selective demolition and removal work, and other incidental work.<BR> <BR> A site visit will be scheduled approximately 2 week after issuance of the RFP.      Offerors are advised to periodically check the NAVFAC E-Solicitation website at http://www.esol.navfac.navy.mil for further information on the site visit.    A pre-proposal conference will be held on the same day as the site visit.<BR> <BR> The Government intends to award multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government.    The contract term is anticipated to be for a base year with four one-year option periods and will contain a maximum not-to-exceed amount of $50,000,000 per year.    A minimum guarantee of $25,000 will be awarded for each contract for the base year only.      Pricing of a sample/seed project is required for the price proposal.<BR> <BR> Task orders will be issued for the work intended that will require design and construction services for pier/wharf work and incidental related work.    In support of design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects, to include, but not be limited to pier/wharf work.    <BR> <BR> In accordance with FAR 16.505(b), the successful Offerors will compete for all task order awards.    Attendance at the site visits and the pre-proposal conferences for task order award are mandatory and the associated costs will not be reimbursed by the Government.    Due to the nature and the need for expeditious response of the majority of the construction services required, the selected Contractors will be required to maintain a staffed office on the Island of Oahu.    The Government will not directly reimburse the Contractors for costs associated with staffing and maintaining this office.    <BR> <BR> This is a best value, source selection procurement requiring both technical and price proposals.    Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint.    The Technical evaluation factors, are considered significantly more important than Price. Proposals will be evaluated on the following technical factors:    FACTOR A:    Past Performance of the Construction and Design Teams, FACTOR B:    Qualifications and Experience of the Construction and Design Teams, FACTOR C:    Utilization of Small Business Concerns, FACTOR D:    Management Plan for the Contract and FACTOR E:    Work Plans and Schedule for the Sample Project.    Price proposals will consist of lump sum pricing of the sample/seed project.    The Request for Proposal (RFP), CD-ROM only, will be available on or after March 8, 2004 for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to:    Document Automation and Production Service, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860.    Checks shall be made payable to SUPERINTENDENT OF DOCUMENTS.    If using a company VISA, Mastercard, or Discover card you may fax your request to (808) 473-2604.    Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office.    Also indicate if you are prime, subcontractor, or supplier.    Mark the front of the envelope with the RFP No.    Allow at least ten days for mailing from the date your request is received.    Companies wanting the RFP to be sent via air express service must furnish their completed express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in.    If you are outside the 50 states, you are required to also submit a commercial invoice.    Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government.    Further, DAPS will mail, via US Post Office, any requests for express mail that is provided incorrectly.    A planholder's list will be available after the solicitation is issued and may obtained at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListNavy.htm.    Please note that the website may be down.    Email the contract specialist wanda.okemura@navy.mil to request a copy of the DAPS planholders list.    Please note that the DAPS planholder?s list may not be all inclusive.    ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES.    HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil.    TO THE MAXIMUM EXTENT POSSIBLE FOR DOWNLOADING.    THIS WILL NORMALLY BE THE ONLY METHOD OF DISTRIBUTING AMENDMENTS.    THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil <BR>
- Place of Performance
- Address: State of Hawaii
- Record
- SN00525294-W 20040221/040219222843 (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 |