Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2018 FBO #5966
SOLICITATION NOTICE

Y -- Two-Phase Design-Build IDIQ

Notice Date
3/23/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB134118RP0010
 
Archive Date
4/23/2018
 
Point of Contact
Michelle L. Dacanay, Phone: 3019753682, Teresa Harris, Phone: 301-975-8029
 
E-Mail Address
michelle.dacanay@nist.gov, Teresa.Harris@nist.gov
(michelle.dacanay@nist.gov, Teresa.Harris@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice for the National Institute of Standards and Technology (NIST), Gaithersburg, Maryland campus. This solicitation is a total small business set aside under NAICS 236220, Commercial and Institutional Building Construction. The size standard is $36.5 million. This notice is for a Two-Phase Design-Build (D-B) solicitation for Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Services contracts to be awarded up to three (3) contractors. Joint ventures will not be considered for award. This will be a firm fixed price construction contract. The ceiling across all awarded contracts shall be $7,000,000.00. The scope of this requirement includes engineering design services and construction to include furnishing all equipment, materials, labor, and supervision as needed based on the scope of each individual task order. Each project will be issued as a single Task Order (TO). Tasks orders will vary in size and complexity ranging between $2,500.00 and $500,000.00 in value. These contracts will be exercised by the NIST Office of Facilities and Property Management division, specifically, the Reimbursable Projects Group, Facilities Improvements Group, and Facilities Operations Group; for the to execute multiple facilities renovation, upgrade, remodel and improvement projects over the life of the contract. PHASE I - Request for Qualifications. This phase of the solicitation requires the offerors to submit their technical qualifications in accordance to the evaluation criteria. The Government will select up to five (5) of the most highly qualified offerors to participate in Phase II of the solicitation. Phase I does not involve pricing submission. Evaluation Factors for Phase I consist of Bonding Capacity, Experience Modification Rate, Design-Build Team, Experience, Design-Build Management Approach, and Past Performance. * A pre-proposal conference/site visit will be scheduled during Phase I of this solicitation. PHASE II - Request for Proposal. An amendment will be issued to the offerors who are determined to be the most highly qualified. They will receive a Request for Proposal (RFP) which will require the submission of both a price proposal and a technical proposal from each offeror for a specific project. A site visit will be scheduled for Phase II of this solicitation. Evaluation Factors for Phase II consist of Task Order Design-Build Team, Task Order Experience, Task Order Project Management Approach, and Task Order Price. A Price Proposal is required in Phase II. Phase I and Phase II evaluation ratings will be used to determine the most advantageous proposal(s) to the Government. The basis of award for this requirement is Best Value "Trade-off" on the pilot task order. The Government intends to award up to three (3) indefinite delivery indefinite quantity contracts from this solicitation that represent the best value to the Government. The Government reserves the right to make an award without discussions based solely upon initial proposals. The Government further reserves the right to make no award. Plans and specifications will not be provided in hard paper copy. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. The Government will not reimburse respondents for any cost associated with the submission of a price/technical proposal or if an award cannot be made. The solicitation is anticipated for release on or about April 10, 2018. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. There is no written solicitation available at this time. No phone calls will be accepted for this notice, and a bidders list will not be maintained. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov. All interested vendors must be registered in SAM (www.sam.gov) for contract award, and shall have their completed their Representations and Certifications completed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134118RP0010/listing.html)
 
Place of Performance
Address: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN04864991-W 20180325/180323231145-6ae04c965d0c4d54f548ba2a6e0f8cdd (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.