SOLICITATION NOTICE
Y -- 8(a) set-aside Design-Build (DB), Design-Bid-Build (DBB) Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC)
- Notice Date
- 11/7/2013
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008514R8103
- Point of Contact
- Holly Manning 757-341-1658
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors for an 8(a) set-aside Design-Build (DB), Design-Bid-Build (DBB) Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the new construction, renovation, alteration, and repairs for projects for the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads Region, Virginia but primarily for facilities within Naval Station Norfolk/Naval Support Activity Area Of Responsibility. The work includes, but is not limited to, site improvement, general construction, electrical, fire protection, mechanical and other associated work on warehouses, training facilities, operational facilities (such as hangers and berthing piers), personnel support and service facilities, utilities, housing facilities and demolition of existing structures and facilities. The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. No more than five (5) contracts will be awarded as a result of this solicitation. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. Projects for the 8(a) MACC have an estimated construction cost between $500,000 and $5,000,000; however, smaller and larger dollar value projects may be considered. The government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract, including option years. The proposed contract is limited to qualifying 8(a) firms in the Richmond, Virginia District Office of the Small Business Administration. The Government will not consider offers from other than 8(a) firms or from 8(a) firms outside of the Richmond, Virginia District. 8(a) firms that are not serviced by the Richmond, Virginia District Office, but have a bona fide place of business (as defined by SBA) within the geographic area served by the Richmond, Virginia District Office are also eligible to submit offers. An 8(a) firm not serviced by the Richmond, Virginia District Office must consult its servicing District Office regarding the establishment of a bona fide place of business or status of a previously established bona fide place of business. All other firms are deemed ineligible to submit offers The two-phase design-build selection procedure will be utilized for this procurement and will consist of one solicitation covering both phases. There will be one seed project included in Phase II of this solicitation. The initial Design-Build seed project, P-500 Pier 11 Power Upgrades, provides four power booms to Pier 11 at Naval Station Norfolk to facilitate 13.8 kV shore power connection to the new CVN-78 class aircraft carrier (USS Ford). A power boom is a pivoted steel structure that supports shore power cables and personnel who manage the shore power cables during shore power connection to a berthed ship. P-500 provides two shore power stations fed from existing shore power stations on the lower deck of the double-deck pier. Existing steam piping shall be rerouted to accommodate new electrical conduits supported from the underside of the upper deck. The power booms shall not impact pier operations or berthing plans for other ships. Pier operations shall not be impeded during construction. The Phase One written technical proposal will address Technical Approach, Experience, Past Performance and Safety. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. The maximum number of Offerors that will be selected to submit a Phase Two proposal is eight (8). Phase Two of the solicitation shall be comprised of a written technical and price proposal, which will be evaluated separately. The Phase Two written technical proposal will address the offeror ™s Technical Solution for the seed project. The Phase Two written price proposal shall set forth the Offeror's price for this acquisition. The cost range for this seed project is between $1,000,000 and $5,000,000. The NAICS Code applicable to the majority of work under the 8(a) MACC is 236220; the NAICS Code applicable to the seed project is 237130. Both have a size standard of $33.5M. Competition Requirements: 8 (a) Set-Aside, Richmond, Virginia District. Procurement Method: Contracting by Negotiation Source Selection Process: Best Value, Tradeoff Type of Contract: Firm Fixed Price, IDIQ Offerors will be required to submit with their proposal a bid guarantee in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. The Request for Proposal (RFP) will be issued between 22 November 2013 and 09 December 2013. The solicitation will be listed as N40085-14-R-8103 on the Navy Electronic Commerce Online website (NECO) at: https://www.neco.navy.mil/index.aspx. A Vendor User Guide is available for download at the site, as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure you register with the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Holly Manning, Phone: (757) 341-1658, Email: holly.manning@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R8103/listing.html)
- Record
- SN03230913-W 20131109/131107234725-eec36d5044c198043a33988171196dd2 (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 |