SOLICITATION NOTICE
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACTMACC
- Notice Date
- 3/19/2012
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS12426790R
- Response Due
- 5/9/2012
- Archive Date
- 3/19/2013
- Point of Contact
- Jason Edge, Contracting Officer, Phone 228-688-2346, Fax 228-688-1141, Email Jason.F.Edge@nasa.gov - Robert Harris, Contracting Officer, Phone 228-688-3862, Fax 228-688-1141, Email robert.s.harris@nasa.gov
- E-Mail Address
-
Jason Edge
(Jason.F.Edge@nasa.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- The NASA/Stennis Space Center Office of Procurement plans to issue a Best ValueRequest for Proposal for up to (10) Indefinite Delivery Indefinite Quantity MultipleAward Construction Contracts (MACC) at John C. Stennis Space Center in Mississippi aswell as other NASA facilities.Work under the MACC shall be performed in the generalconstruction category which may include maintenance, repair, alteration, mechanical,civil, electrical, heating/air conditioning, demolition, painting, earthwork, fencing,steel fabrication and or welding. Work may also include design/build projects as well asnew construction of buildings or facilities to include some or all of the above elementsof work. Work to be performed under the MACC may include but is not limited to any ofthe disciplines listed in North American Industry Classification System (NAICS) codes asfollows: Sector 23 Construction, Subsection 236 Construction of buildings size standard$33.5 Million, Subsection 237 Heavy and Civil Engineering Construction, size standard$33.5 million.The NAICS Code and small business size standard for the seed project is236210 and $33.5 million, respectively. Contractors will be expected to accomplish awide variety of construction projects.Specific projects will be defined in each of thesubsequently issued task orders and will vary in size and complexity. This solicitation shall utilize full and open competition. SSC anticipates awarding nomore than ten IDIQ contracts. Two awards will be made to contractors in the full and openarena.Up to two awards are reserved for small business contractors, up to two awardsare reserved for contractors in the SBA HubZone program, up to two awards will bereserved for contractors participating in the Service Disabled Veteran Owned SmallBusiness (SDVOSB) Program and up to two awards will be reserved for Mississippi 8(a)contractors serviced by the MS District SBA Office and/or firms with an SBA Approved Bonafide office in the State of MS.Contractors responding to this notice to perform the contract as small business jointventures shall use the procedure described at the Small Business Administration (SBA) website. The SBA URL is www.sba.gov, and the keyword search is Joint Venture and or MentorProtg. The program total value for all IDIQ contracts to be awarded is Not to Exceed$700,000,000 over a five year period. There is no yearly or per contractor limit exceptfor the five year maximum; this will allow all contractors to be available until thecumulative ceiling is reached.Task Orders will be firm fixed priced. Future TaskOrders will be awarded using Fair Opportunity as defined in FAR Part 16.505.The Request for Proposal shall include a seed project which will be used to determinebasic contract awardees. The highest rated awardee will receive award of the seedproject as their first task order. All other successful contract awardees will receive atask order for the guaranteed minimum.The seed project entitled, Potable Water SystemUpgrades shall consist of providing all labor, tools, equipment, and materials to installreplacement potable water main transmission pipe, connections to service branches,associated accoutrements, and complete associated tasks in accordance with all contractdocuments at the Stennis Space Center, Mississippi. Work locations are several narrowcorridors extending across a large portion of the facility. Locations for new pipe andaccoutrement installation are adjacent to multiple roadway segments including Trent LottParkway, Saturn Drive, Road H, Endeavour Boulevard, Road J, Balch Boulevard, andPropellant Drive. Additional work locations include a utility corridor extending from theeast end of Road J to Propellant Drive and a utility corridor extending from the Road J /Propellant Drive corridor to a location north of Building 3203, known as the NationalData Buoy Center. Majority of pipe shall be 12 inch and larger nominal diameter highdensity polyethylene DR 17 and DR 11 installed by open excavation, jack and bore, andhorizontal directional drilling methods as defined on drawings. The work contained incontract drawings and these specifications involves a lump sum Base Bid and, if fundingallows, some or all of four (4) lump sum additive bid items. The period of performancefor the base bid and all additive bid items is (545) calendar days after receipt of theNotice to Proceed. The order of magnitude for the seed project is between $5,000,000 and$10,000,000. The anticipated release date of the RFP is on or about April 4, 2012, with an anticipatedbid closing date of on or about May 9, 2012. The firm date for receipt of bids or offerswill be stated in the RFP. Offerors are urged and expected to inspect the site where the work will be performed. An organized site visit has been scheduled for April 18, 2012, at 9AM and also for April 19, 2012 at 9AM.Participants will meet at the South Reception Center, StennisSpace Center, MS. Two site visits are scheduled to ensure everyone has an opportunity toview the site.You may only attend one site visit and no other site visits will bescheduled or held. An ombudsman has been appointed -- See NASA Specific Note 'B'. Specifications and Drawings will only be made available on CDROM. Requests for copiesshall be made by email to the Bid Distribution Office: Candace.s.rodgers@nasa.gov oryou may fax your request to (228) 688-1974. All contractual and technical questions mustbe submitted in writing to jason.f.edge@nasa.gov or by fax 228-688-1974. Telephonequestions will not be accepted. The solicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents will bein Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which maybe accessed using a WWW browser application. The Internet site, or URL, for the NASA/SSCBusiness Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). A CDROMcontaining the specifications and drawings may be obtained from the Bid Distributionoffice; however, the closing date for the hard copy received shall be the same as thesolicitation, inclusive of any amendments, released on the Internet. Any referenced notescan be viewed at the following URL: http://prod.nais.nasa.gov/eps/nasanote.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS12426790R/listing.html)
- Record
- SN02699504-W 20120321/120319234447-d6117565c443f41700b5c9fb3dfa57b4 (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 |