Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

Z -- Design-Build/Design-Bid-Build Waterfront Multiple Award Construction Contract (DB/DBB WF MACC), Various Locations, State of Hawaii and Wake Island

Notice Date
2/22/2021 12:24:34 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247820R4044
 
Archive Date
04/15/2021
 
Point of Contact
Kris Nakashima
 
E-Mail Address
kris.nakashima@navy.mil
(kris.nakashima@navy.mil)
 
Description
Design-Build/Design-Bid-Build Waterfront Multiple Award Construction Contract (DB/DBB WF MACC), Various Locations, State of Hawaii and Wake Island. This procurement is unrestricted; it is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The work includes, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, reconstruction�rehabilitation, and/or repairs to piers/wharves; waterfront facilities such as warehouses and drydocks; bridges; site improvements; utilities; maintenance and construction dredging; and other incidental work.� The work may involve design-build or design-bid-build projects.� Work may encounter hazardous materials.� Implement NPDES and Department of Army permit requirements and all applicable Federal, State and local environmental regulations.� The vast majority of projects will be located within the State of Hawaii. There may or may not be projects on Wake Island.� Task orders will be issued for the work that may require design and construction services.� In support of the design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects. The basis of award is to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Technical Approach, (2) Experience, (3) Past Performance, (4) Safety, (5) Technical Solution, (6) Energy Design Reduction (7) Small Business Utilization and (8) Price. Price proposals will consist of lump sum pricing for a Project. The combined non-cost/price factors will be considered significantly more important than price.� Pricing of the project is required for the price proposal. The contract period of performance is anticipated to consist of a one-year base period and four one-year option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $995,000,000. The minimum and maximum task order limitation will be established at $5,000,000 to $200,000,000, respectively, and will be competed among the contract awardees. 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 $25,000 is guaranteed to be ordered from each awardee under the performance period of the contract. The minimum guarantee may be met by the issuance of a task order during the base period or option period(s). Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. It is anticipated that the solicitation will be issued on or around 9 March 2021. The solicitation will be available in electronic format only. The RFP will be posted on the Contract Opportunities website at https://www.beta.sam.gov on or about 9 March 2021. �No hard copies will be provided. �It is the contractor�s responsibility to check the websites 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. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. �For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/SAM/ The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff6708417c80476e8608506347c17247/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05922868-F 20210224/210222230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.