Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1997 PSA#1775

SOUTHWESTNAVFACENGCOM (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