|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1997 PSA#1775SOUTHWESTNAVFACENGCOM (Code 21), 1220 Pacific Highway, San Diego, CA
92132-5187 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION
CONTRACTS FOR RENOVATION, ALTERATIONS AND REPAIRS AT VARIOUS LOCATIONS
IN AK, AZ, CA, ID, MT, NV, NM, OR, UT, AND WA SOL N68711-97-R-8260 DUE
042497 POC Contract Specialist, Vickie Ball/Contracting Officer, Maria
Williams. PRESOLICITATION NOTICE: This procurement consist of one
solicitation with the intent to award three Indefinite Delivery
Indefinite Quantity (IDIQ) Construction Contracts to the responsible
proposers whose proposals, conforming to the Request for Proposal
(RFP), will be most advantageous to the Government resulting in the
Best Value, Cost or Price and other factors considered. The Government
reserves the right to award one contract covering only the project
identified in the RFP if the minimum guarantee of funds are not
identified for three awards. The work will be routine renovation,
alteration, repair, minor construction and minor
architecture/engineering of facilities including: fuel, petroleum, oil
and lubricant dispensing, distribution and storage systems,
monitoring, detection, security and containment systems, minor
buildings, site work, and utilities necessary to provide fully
functional facilities at various locations in the states of Alaska,
Arizona, California, Idaho, Montana, Nevada, New Mexico, Oregon, Utah,
Washington and Wyoming. The exact location of each task order will be
indicated by the Contracting Officer. Projects assigned to these IDIQ
contracts will use the Solution Order Concept (SOC) approach to scope
and price the work. After the award of the initial contract to the
three contractors, they will compete for task orders based on either
best value or low price technically acceptable to the Government
through Government/Contractor Team cooperative scoping of the work. The
work will be routine renovation, alteration, repair, minor construction
and minor architecture/engineering of facilities including: fuel,
petroleum, oil and lubricant dispensing, distribution and storage
systems, monitoring, detection, security and containment systems, minor
buildings, site work and utilities necessary to provide fully
functional facilities. Each contract will be for one base year with one
option year. The total 2 year (Base Year and One Option Year) estimated
construction cost for all three IDIQ contracts is $15,000,000.00.
Construction schedules will be determined for each project at the
issuance of each task order. The three Best Value contractors will be
selected for the award of either the seed project or the award of one
of the two contracts with a minimum guarantee of $62,500.00 for the
base year. The first IDIQ construction contract of the three will be
awarded with a firm fixed price, 100% design as the seed project. The
initial award will be based on technical factors including (1)
Experience, (2) Past Performance, (3) Technical Approach and (4)
Subcontracting Effort. It will be based on pricing full plans and
specifications for N68711-97-R-8260, REPAIR PUMP AND VALVE CHAMBER
COVERS AND REPAIR TANK FARM DRAINAGE SYSTEM, and REPAIR SERVICE STATION
DISPENSING PIPING AND MISCELLANEOUS REPAIRS, DFSP Moffett Field,
California. The estimated construction cost for this initial project,
which may include architectural/engineering, repair, alteration,
renovation, minor construction, of fuel, petroleum, oil and lubricant
systems, both interior and exterior, plumbing renovation, utility
renovation, electrical upgrades, fire protection upgrades and HVAC
repair and replacement, is between $1,000,000 and $5,000,000. The
minimum guarantee of $62,500 for the base year will be met for the
first of the three IDIQ contracts when this proposed project is
awarded. The second contract N68711-97-D-8261 and third contract
N68711-97-D-8262 will be awarded at the same time with a minimum
guarantee of $62,500 for the base year and selection based on the same
criteria as the first selection. All three contractors will
competitively bid on subsequent task orders. These subsequent projects
will be non-complex performance oriented tasks requiring minimal
design. They will be scoped by the Government/Contractor team and may
not have traditional plans and specifications but may include sketches,
and requests for catalog cuts or other submittals. The salient
requirements of the Task Order will be scoped by the
Government/Contractorteam in order to develop a mutually agreed upon
Statement of Work. Award factors will vary depending on the unique
requirements of each Task Order, however pricing will weigh heavily.
The awarded Task Order will be a performance scoped, firm fixed price
task with a specific completion date. Should the second or third IDIQ
contractor be unable to competitively secure a Task Order to meet the
minimum guarantee, award factors may be modified in order to ensure
each participating contractor is awarded Task Orders meeting the
minimum guarantee. All three Contractors will be required to
participate in all SOC walk throughs and submit proposals. Failure to
participate responsibly in walk throughs and submit proposals on Task
Orders may result in the Government not exercising the option to extend
the contract for an additional year. Only three selected Contractors
will be permitted to propose on the Task Orders. Proposals from other
contractors will not be accepted. A minimum of two proposals will
satisfy the competitive requirements of SOC and preclude the necessity
of soliciting for a replacement Contractor if for any reason one of
the contracts is terminated or one of the proposers is not able to
participate in the process. Failure to participate responsibly in the
task order process may result in forfeiture of the minimum guarantee
amount. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED"
BASIS INVITING FULL AND OPEN COMPETITION. For Plans and Specifications:
there will be a charge for "EACH" set of Plans and Specifications to be
determined at a later date. Fees are not refundable. Plans and specs
will not be mailed to firms within a 20 mile radius of the issuing
office. (0031) Loren Data Corp. http://www.ld.com (SYN# 0154 19970204\Z-0029.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|