Search Contract Opportunities

Indefinite Delivery/Indefinite Quantity Design/Build Fire Protection Multiple Award Construction Contract.   2

ID: N4008310R0005 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This synopsis notice is for informational purposes only. This procurement is for the Indefinite Delivery/Indefinite Quantity Design/Build Fire Protection Multiple Award Construction Contract, Naval Station Great Lakes, Illinois and Department of Defense facilities in 16 states: Arkansas, Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North Dakota, Ohio, Oklahoma, South Dakota, Tennessee and Wisconsin. This procurement is 100% set aside for Small Business Administration (SBA) certified 8(a) firms serviced by SBA District Offices located within the geographical boundaries of Regions 4, 5, 6, 7 and 8 (4 - Kentucky, Tennessee, North Carolina, South Carolina, Mississippi, Alabama, Georgia and Florida; 5 - Minnesota, Wisconsin, Illinois, Indiana, Michigan, and Ohio; 6 - New Mexico, Texas, Oklahoma, Arkansas, and Louisiana; 7 - Iowa, Nebraska, Kansas, and Missouri; and 8 - Montana, North Dakota, South Dakota, Wyoming, Utah, and Colorado). The North American Industry Classification System (NAICS) Code for this procurement is 236220.The work will primarily consist of fire protection installation and repairs (new construction and renovation) with some design capabilities. The preponderance of the work will include fire suppression systems (wet, dry, pre-action, wet chemical, deluge, high speed deluge and ultra high speed deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam, gaseous (carbon dioxide and clean agents) special hazards protection and fire alarm systems (detection, reporting and mass communication) and fire protection surveys. The solicitation will result in a maximum of five D/B FP MACC awards. The majority of the work will have a value between $100,000 and $1 million. The contract vehicle may also be used to occasionally solicit projects ranging in value between $1 million and $3.5 million. The contract will have a 12-month base year and four potential 12-month option years. The estimated maximum value over the total life of the contract is $30 million. Proposers will be evaluated using the two-phase request for proposal procedures that result in awards based on Best Value to the Government, price and other factors considered. Phase I is the pre-qualification phase. Phase I factors relate to the five-year ID/IQ contract requirements for fire protection installation and repairs (new construction and renovation) and some design capabilities. A maximum of five firms will be pre-qualified in Phase I and will advance to and participate in Phase II - Technical Solutions and Price. For Phase I, offerors will be evaluated on the following factors:FACTOR 1 - Past Performance and Relevant Project Experience SUBFACTOR 1A - Design TeamSUBFACTOR 1B - Construction TeamFACTOR 2 - Technical Qualifications SUBFACTOR 2A - Design TeamSUBFACTOR 2B - Construction TeamFACTOR 3 - Management Approach SUBFACTOR 3A - Management ApproachSUBFACTOR 3B - Design, Construction and Quality ControlSUBFACTOR 3C - Safety and Experience Modifier Rate (EMR) In Phase II, the selected Phase I offerors will submit technical and price proposals for the seed project. The Phase II technical proposal will require preparation of a limited design solution for the seed project and addressing other factors that define the quality requirements for the seed project. Offerors claiming professional designation shall be registered and/or certified in their discipline. Price proposals may include total price evaluation or evaluation of scope/design options within the Government's published budget for award. Proposers will be required to submit a bid bond for the seed project and for each task order. The Best Value offeror will receive a contract for the seed project. Four offerors will receive a Design/Build Fire Protection Multiple Award Construction Contract (D/B FP MACC) that will include a minimum guarantee of $10,000. FOLLOW-ON WORK AFTER AWARD: The successful offerors awarded an ID/IQ D/B FP MACC in Phase II will compete on future task orders. Offerors will be expected to submit technical and price proposals for all future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conferences or site visits for the initial award or any task orders will be the responsibility of the offeror and will not be directly reimbursable by the Government. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the Best Value continuum or Lowest Price Technically Acceptable. If the Government decides to award a task order based on the Best Value continuum, award factors will vary depending on the unique requirements of the task order. NOTE: Prospective contractors must be registered in the Central Contractor's Registration (CCR) database prior to award of a Department of Defense (DoD) contract. Offerors are further advised that failure to register their firm in/with the CCR database may render your firm ineligible for award. Contractors not already registered are highly encouraged to do so. For more information, see the CCR website at www.ccr.gov. For inquiries about Phase I proposals, please contact L. Ruth Godbolt at (847) 688-2600 extension 149 or lillie.godbolt@navy.mil

Overview

Response Deadline
Nov. 30, 2009, 12:00 a.m. EST (original: ) Past Due
Posted
Oct. 28, 2009, 3:06 p.m. EDT (updated: Nov. 12, 2009, 5:30 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 10/28/09 Naval Facilities Engineering Command issued Synopsis Solicitation N4008310R0005 for Indefinite Delivery/Indefinite Quantity Design/Build Fire Protection Multiple Award Construction Contract. due 11/30/09. The opportunity was issued full & open with NAICS 236220 and PSC Z.
Primary Contact
Name
Ruth Godbolt 847 688 2600 ext. 149
Email
Phone
None

Documents

Posted documents for Synopsis Solicitation N4008310R0005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N4008310R0005

Award Notifications

Agency published notification of awards for Synopsis Solicitation N4008310R0005

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N4008310R0005

Contract Awards

Prime contracts awarded through Synopsis Solicitation N4008310R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N4008310R0005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N4008310R0005

Experts for Indefinite Delivery/Indefinite Quantity Design/Build Fire Protection Multiple Award Construction Contract.

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
June 29, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 29, 2019