SOLICITATION NOTICE
Z -- PHASE ONE RFQ FOR IDIQ UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR PAVING AT NAVFAC SW, INCLUDING BUT NOT LIMITED TO ARIZONA, CALIFORNIA, COLORADO, NEVADA, NEW MEXICO, AND UTAH.
- Notice Date
- 1/18/2011
- Notice Type
- Cancellation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247311R0002
- Response Due
- 1/18/2011
- Archive Date
- 2/2/2011
- Point of Contact
- Tanya Foster 619-532-4513 Tanya Foster 619-532-4513
- E-Mail Address
-
tanya.foster@navy.mil
(tanya.foster@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION N62473-11-R-0002-RFQ, PHASE ONE REQUEST FOR QUALIFICATIONS (RFQ) FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR PAVING AND ASSOCIATED WORK AT VARIOUS LOCATIONS WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO ARIZONA, CALIFORNIA, COLORADO, NEVADA, NEW MEXICO, AND UTAH. This is an unrestricted procurement. Price evaluation preference will be given to HUBZone firms, in accordance with FAR 52.219-4. The North American Industry Classification System (NAICS) code is 237310, and the annual size standard is $33.5 million. This procurement consists of two solicitations, issued in sequence, with the intent to award three or more Firm Fixed Price (FFP) IDIQ MACCs, pursuant to Federal Acquisition Regulations (FAR) Part 36.3 Two Phase Design-Build Selection Procedures, to (a) successful, responsive, responsible Offeror(s) whose proposal(s) conform(s) to the solicitation and (is) are considered the best value to the Government, considering price and other factors combined. The basic contract period will be for 12 months. Each contract contains two (2) 12-month options for a total maximum duration of 36 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $100,000,000. Task orders will range between $5,000 and $5,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. 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 $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The work to be acquired under this MACC is for new construction and repair by (primarily) design-build or (secondarily) fully designed projects which include, Paving construction, repairs, maintenance and associated site improvement projects at various locations within the NAVFAC Southwest area of responsibility including but not limited to: Arizona, California, Colorado, Nevada, New Mexico, and Utah. The area of coverage may also extend to the NAVFAC Atlantic area of responsibility (AOR) as approved by the Contracting Officer. However, it is anticipated that the majority of the work will be performed in Southern California. Phase One solicitation is a RFQ in accordance with FAR Part 36.3. Phase One will be in accordance with FAR 36.303-1 and will consist of technical approach, technical qualifications, and the ability to be bonded will be evaluated to determine qualifications. The maximum number of Prospective Offeror(s) (PO(s)) that will be selected to submit a Phase Two proposal is six (6), unless the contracting officer determines that a number greater than six (6) is in the Government ™s interest and is consistent with the purposes and objectives of two-phase design-build contracting. Phase One qualifications will be based on evaluation of the following: factors: Factor A “ Technical Approach; Factor B “ Technical Qualifications; Factor C “ Bonding Capacity. After evaluation of Phase One proposals, the contracting officer shall select the most highly qualified Offerors and request that only those Offerors selected submit Phase Two proposals. Unsuccessful Phase One Prospective Offerors will receive notice of their non-selection at the same time. Results will not be published in Federal Business Opportunities (FEDBIZOPPS). Phase One submissions and evaluations will not be carried over into Phase Two. PROSPECTIVE OFFERORS ARE ADVISED SELECTION FOR ADVANCEMENT INTO PHASE TWO MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE SUBMISSIONS RECEIVED. Phase Two solicitation N62473-11-R-0002 is a Request for Proposal (RFP) in accordance with FAR Part 15 and includes Phase Two evaluation factors developed in accordance with 15.304 and 36.303-2. Phase Two of the solicitation shall require submission of technical and price proposals by the Prospective Offerors selected in Phase One and will be evaluated in accordance with the Phase Two Evaluation Factors. Phase Two proposals will be accepted only from those Prospective Offerors who have been specifically invited to submit a Phase Two proposal and who receive the Phase Two solicitation from the Contracting Officer. Phase Two RFP will be based on evaluation of the following factors: Factor 1 “ Past Performance; Factor 2 “ Safety; Factor 3 “ Small Business Utilization; Factor 4 “ Engineering Solution; Factor 5 - Price (based on Proposed Task Order 0001). Phase One qualifications and evaluations will not be considered in the Phase Two evaluations and determination of Best Value. The best value tradeoff source selection process as described in FAR Part 15 will be used for Phase Two to ensure selection of contractors evidencing the best overall capability to perform the anticipated work in a manner most advantageous to the Government in accordance with established evaluation criteria. The Government intends to evaluate and award contract(s) without discussions. THE PHASE ONE RFQ WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFQ will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the FEDBIZOPPS website at http://fbo.gov/ on or about February 02, 2011. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. POs MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above. A formal śin-person ť pre proposal conference will not be conducted. The pre-proposal presentation will be posted on the website at https://www.neco.navy.mil as an attachment to the RFQ. (PO(s)) are urged to view the pre-proposal presentation. The pre-proposal presentation should be viewed prior to submitting any questions regarding the RFQ. POs are advised that the pre-proposal presentation is provided solely for the purpose of explaining the concepts involved in the project and the specifications, terms, and conditions of this solicitation. A list of Frequently-Asked-Questions (FAQ) with appropriate responses is also provided as an attachment to the RFQ. As with the pre-proposal presentation, all firms are encouraged to review the FAQ prior to submitting any questions regarding the RFQ. Failure of a PO to submit any questions or review the electronic pre-proposal presentation will be construed to mean that the PO fully understands all requirements of the solicitation. All POs are advised that this solicitation will remain unchanged unless it is amended in writing. Amendments will be posted on the website https://neco.navy.mil. However, if an amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment as described in Contract Clause śAmendment to Solicitations ť of this section shall be applicable. No site visit will be held. Late proposals received in either Phase One or Phase Two will not be considered. Phase One submission due date is March 04, 2011 at 2:00 pm local time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247311R0002/listing.html)
- Record
- SN02361476-W 20110120/110118233750-cfd1f049c54f42e0def71eddd74e95dd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |