Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1997 PSA#1856

SOUTHWESTNAVFACENGCOM, REGIONAL CONTRACT SUPPORT TEAM (Code 57CS4.SD), 1220 PACIFIC HIGHWAY, SAN DIEGO, CA 92132-5187

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY(IDIQ) CONSTRUCTION CONTRACTS FOR NEW CONSTR, RENOV, ALTERATIONS,& REPAIRS AT VARIOUS LOC.IN AZ,NM,& IMPERIAL,RIVERSIDE,SAN BERNARDINO IN SOUTHERN CA SOL N68711-97-D-8804 DUE 080897 POC Contract Specialist,Samantha Darella, (619) 532-3758, Contracting Officer, Connie Ward. 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 available for three awards. The work is for new construction, renovation, alterations, improvement, repairs, minor construction and minor architectural/engineering including design-build for various facilities including site, utility, street and sidewalk work, and other associated work, minor buildings, and construction necessary to provide a fully functional facility at various locations in the state of Arizona, New Mexico, and in Imperial, Riverside, and San Bernardino Counties in Southern California. 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, the three contractors, 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 for new construction, renovation, alterations, and minor construction to buildings including plumbing, electrical, HVAC installation, telephones, etc., necessary to provide a complete and usable facility. It also includes site improvements such as landscaping and erosion control, street and sidewalk repairs /improvements, and repairs/improvements/ installation of utilities. Each contract will be for one base year with 3 option years. The total 4 years (Base Year and three Option Years) estimated construction cost per IDIQ contract shallbe $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 the following evaluation criteria: Factor (1) Past Performance (2) Price, (3) Technical. The technical subfactors include (1) Experience including design build, (2) Technical Approach, (3) Capacity to Accomplish Work and (4) Subcontracting Effort. It will be based on pricing full plans and specifications for N68711-97-D-8804, SMALL ARMS TEST RANGE FACILITY AT MCLB BARSTOW, CALIFORNIA. The estimated construction Cost for this initial project, which includes architectural/engineering construction both interior and exterior, plumbing utilities, electrical, fire protection, and HVAC installation is between $100,000 to $500,000. 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-8805 and third contract N68711-97-D-8806 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. Projects may be design build or only require minimal design effort. 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/Contractor team 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 proposersis 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. The Standard Industrial Code 1542 and the annual size standard is $17 million. It is recommended the subcontracting goals reflect a minimum goal of 5% for Small Disadvanaged Business Subcontracting Effort. There will be a charge for "EACH" set of the RFP. Please call Plan Issue at (619) 532-2084 for the amount. Note: Personal checks will not longer be accepted. Only VISA/Mastercard, cashiers check or money order will be accepted. Fees are not refundable. Mail requests to Southwest Division, Naval Facilities Engineering Command, Attn. Plan Issue, Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187. RFP will not be mailed to firms within a 20 mile radius of the issuing office. RFP will be available on or about 9 July 1997. (0148)

Loren Data Corp. http://www.ld.com (SYN# 0018 19970530\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page