|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1997 PSA#1870Commanding Officer, Southern Division Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR
NEW CONSTRUCTION, RENOVATION, ALTERATION AND REPAIRS FOR AREA OF
RESPONSIBILITY FOR NAVFACENGCOM, SOUTHDIV FIELD OFFICE, CHARLESTON AREA
SOL N62476-97-R-0765 DUE 072497 POC Point of Contact -- For technical
inquiries, FAX 803/820-5853 Attn: C. Cotton, Code 0212CC. Contracting
Officer for this solicitation is Larry Fisk. Information regarding
ordering RFP documents is provided at the end of this announcement.
This procurement is for one solicitation resulting in the award of
three Indefinite Delivery Indefinite Quantity (IDIQ) Construction
Contracts to the responsible proposers whose proposals, conforming to
the RFP, will be most advantageous to the Government resulting in the
Best Value, cost or price and other factors considered. The work is for
new construction, renovation, alteration and repairs for Area of
Responsibility (AOR) for NAVFACENGCOM, Southdiv Field Office,
Charleston Area including Naval Weapons Station, Charleston, SC; Naval
Hospital, Charleston, SC; Naval Base, Charleston, SC; Shortstay,
Moncks Corner, SC; Charleston Air Force Base, Charleston, SC; Shaw Air
Force Base, Sumter, SC; US Coast Guard, Charleston, SC; National
Oceanic Atmospheric Administration, Charleston, SC and other locations
within this AOR. Projects assigned to these IDIQ contracts will use
the Solution Order Concept (SOC) approach to scope and price the work.
After award of the initial contract to three contractors, they will
compete for future task orders based on either best value or low price
technically acceptable to the government through Government/Contractor
Team cooperative scoping of the work. Only the three selected
contractors will be permitted to compete on future task orders. Each
contract will be for one base year with two, one year options. The
total 3 year (Base Year and Two Option Years) estimated construction
cost for all IDIQ contracts is $15,000,000.00. The minimum guarantee
will be met for all three IDIQ contracts with the award of three seed
projects. Each of the 3 selected IDQ contractors will be awarded one of
the three seed projects. The initial award will be based on technical
factors including (1) Experience (2) Past Performance (3) Technical
Approach, & (4) Small Business Subcontracting Effort. All contracts
will be awarded at the same time with selection based on the same
criteria. Each contractor will submit only one technical proposal which
addresses all items contained under each of the four (4) technical
factors and one price proposal which includes pricing on all three seed
projects. As part of the pricing, the Contractors may be required to
participate with the Government in a pre-proposal conference for the
proposed seed projects. One technical competitive range determination
will be made and one price competitive range determination will be made
for this solicitation. For evaluation purposes only, the Government
will calculate the total price proposal as the sum of each of the three
(3) seed projects. After this competitive range determination is made,
a best value award decision will be made based on the individual seed
project amount in the following order: 1. N62467-97-R-0765, Panel
Replacement, Bldg. 1602, NS, Chasn, SC 2. N62467-97-R-0768, Panel
Replacement, Bldg. 1603, NS, Chasn, SC 3. N62467-97-R-0769, Panel
Replacement, Bldgs. 1620/1621, NS, Chasn, SC The successful proposer
for N62467-97-R-0765 will not be considered for contracts
N62467-97-R-0768 and N62467-97-R-0769. Similarly, the successful
proposer for N62467-97-R-0768 will not be considered for
N62467-97-R-0769. The award for all contracts will be made
simultaneously. If discussions are required, they will be conducted
with each proposer in the competitive range. Only proposals within the
competitive range will be considered for award of any of the seed
projects. The subsequent projects will be non-complex performance
oriented tasks requiring minimal design. The value of each task order
is anticipated to be between $35,000 and $3,000,000. This range is for
information purposes only and may vary. They will be scoped by the
Government/Contractor team and may 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. All Contractors will be required to participate in all SOC
on-site scoping meetings. Failure to participate responsibly in on-site
scoping meeting and submit proposals on task orders may result in the
Government not exercising the option to extend the contract for an
additional year to that contractor. Only the 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 a
contract is terminated or one of the proposers is not able to
participate in the process. THIS SOLICITATION IS HEREBY BEING ISSUED ON
AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. There will
be one Request for Proposal (RFP) package containing all 3 seed
projects. There is a $20.00 Non-Refundable charge for a copy of the
RFP. WHEN REQUESING THE RFP, PLEASE REQUEST Solicitation No.
N62476-97-R-0765. No telephone orders for the RFP will be accepted;
however, if problems arise concerning your request, call Ronnie Mitchum
at 803/743-4040, Ext. 18. To order, make company check payable to: US
Treasury and send to: DEFENSE PRINTING SERVICE DETACHMENT OFFICE, ATTN:
RONNIE MITCHUM, 2825 AVENUE D., SUITE B, NORTH CHARLESTON, 29408-1802.
To obtain a Plan Holders List fax your request to at 803/743-3027.
Plan Holders List will be mailed. We cannot fax Plan Holders List. For
inquiries about Date for Receipt of Proposals or Number of Amendments;
contact Susan Clark at 803/820-5775. Technical Inquiries prior to
Receipt of Proposals MUST be submitted in writing 15 days before
Receipt of Proposals to the address listed above, or faxed to
803/820-5853, Attn: Chris Cotton, Code 0212CC. (AC0617047-01) (0168) Loren Data Corp. http://www.ld.com (SYN# 0105 19970619\Y-0030.SOL)
Y - Construction of Structures and Facilities Index Page
|
|