SOLICITATION NOTICE
Y -- Design-Build(DB) Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the Naval Facilities Engineering Command Southeast (NAVFAC SE) Area of Responsibility
- Notice Date
- 1/26/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945018R0700
- Point of Contact
- Yaritza Acton 904-542-6810
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award a design-build (DB) indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction type work to be performed for the Naval Facilities Engineering Command Southeast (NAVFAC SE) Area of Responsibility (AOR) to include (but not limited to) the states of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee and Texas. A sources sought notice for this requirement was posted under solicitation N6945016SEAOR on April 14, 2016 requesting small business industry interest and capability statement. Based on responses from the notice, it was determined that the requirement should be issued unrestricted. A second sources sought notice for this requirement was posted under solicitation number N6945018SEAOR December 7, 2017 requesting small business industry interest and capabilities, however, it was again determined that the requirement should be issued unrestricted. The NAVFAC SE Small Business Office concurs with this determination. The Request for Proposal (RFP) will be issued on an unrestricted basis as a competitive requirement open to all qualified firms in accordance with FAR Subpart 6.1, Full and Open Competition. The RFP will be open to participation by interested firms with specialized experience and qualifications required by this contract. The NAICS code for this IDIQ MACC solicitation is 236220 with a size standard of $36,500,000. This solicitation will result in the award of approximately (5) Design-Build IDIQ MACCs, unless a number more than five (5) is determined to be in the best interest of the Government. The total aggregate value for all contracts to be awarded from any resultant solicitation is $240,000,000 maximum over the base year and all four option periods combined. There is no yearly or per contractor limit except for the total five (5) year maximum. Task orders will be firm fixed-priced, normally in the range of $20,000,000 to $50,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest. Projects (task orders) for this contract will primarily consist of general building type projects (new construction or renovation and any necessary design) including Administrative Facilities, Training Facilities, Hangars, BEQs, Dormitories, Maintenance Facilities, Commissaries/Retail and other similar types of facilities for the areas managed by NAVFAC SE. Work may be required in other locations in the area of responsibility of NAVFAC if deemed necessary and approved by the NAVFAC SE Chief of Contracting Office. All projects will be required to meet sustainable design requirements. The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. Offerors selected to proceed to Phase-Two will be required to submit a technical and price proposal for a seed project. Offerors who fail to submit a technical and a price proposal will not be considered for an award. The offeror with the best value proposal for the seed project will be awarded an IDIQ MACC for a base year with four (4) option periods and the seed project task order. The remaining four (4) selected offerors will be awarded an IDIQ MACC for a base year and four (4) option periods with a minimum guarantee of $1,000.00 over the five (5) year period. This will be an electronic solicitation, which can be downloaded from FedBizOpps at https://www.fbo.gov. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the Phase-Two solicitation). Phase-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the Phase-One solicitation). Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3b363b5d75b63bdc40eb570cfc36edb4)
- Record
- SN04800923-W 20180128/180126230824-3b363b5d75b63bdc40eb570cfc36edb4 (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 |