Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

Z -- IDIQ UNRESTRICTED MACC FOR CONSTRUCTION AND RENOVATION OF VARIOUS WATERFRONT FACILITIES AT VARIOUS LOCATIONS PREDOMINANTLY WITHIN THE NAVFAC SOUTHWEST AOR INCLUDING BUT NOT LIMITED TO CALIFORNIA

Notice Date
6/21/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132
 
ZIP Code
92132
 
Solicitation Number
N6247311R0042
 
Response Due
8/9/2011
 
Archive Date
8/24/2011
 
Point of Contact
Michelle Sanders (619) 532-3834
 
E-Mail Address
Michelle Sanders
(michelle.sanders@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts 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, price and other factors considered. Price evaluation preference 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, repair, alteration, and renovation by design-build or fully designed project, of dredging and disposal, demolition, and construction related operations, both in and above water, of waterfront facilities at various locations predominantly within the NAVFAC Southwest area of responsibility (AOR) including but not limited to California, but will be available to the NAVFAC Atlantic AOR as approved by the Contracting Officer. However, it is anticipated that the majority of the work will be performed in Southern California. Types of projects may include, but are not limited to: piers, wharves, quay walls, bulkheads, sea walls dry docks, boat ramps, docks and marinas, shore protection, rip rap, breakwaters, wave attenuation, mooring dolphins, buoys, primary and secondary fendering, pile driving, and sheet piles. The work also includes the design and construction of all utilities and other facilities in the waterfront area related to waterfront operations to support Navy vessels and port operations. However, it is anticipated that the majority of the work will involve marine pile driving, fender system replacement, marine concrete repairs, pier utilities repair and replacement, small marine construction projects such as boat ramps and platforms, and dredging. The North American Industry Classification System (NAICS) code is 237990, and the annual size standard is $33.5 million. 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 $99,000,000. Task orders will range between $50,000 and $15,000,000. 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 Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Experience of the Offeror and Offeror's Team, Factor 2 - Past Performance of the Offeror and Offeror's Team, and Factor 3 - Management Plan; Phase Two: Factor 4 - Safety; Factor 5 - Small Business Utilization, Factor 6 - Engineering Solution, and Factor 7 - Price (based on Proposed Task Order 0001). 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. No site visit will be held, and no formal pre-proposal conference will be conducted. THE SOLICITATION AND PRE-PROPOSAL PRESENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP and pre-proposal presentation will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and on the Federal Business Opportunities (FBO) website at http://www.fbo.gov on or about July 6, 2011. No hard copies will be provided. The pre-proposal presentation will be uploaded for viewing as an attachment to the RFP. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY 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 website listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247311R0042/listing.html)
 
Record
SN02477798-W 20110623/110621234330-022ef7aa8917207965076f99cd6f8d62 (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 |
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.