Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1997 PSA#1971

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS, IN THE AREA OF RESPONSIBILITY OF SOUTHNAVFAC FIELD OFFICE NAVAL SUPPORT ACTIVITY MEMPHIS, MILLINGTON, TN TO INCLUDE PRESIDENT'S ISLAND, NASHVILLE, TN AND HUNTSVILLE, AL SOL N62467-98-R-0905 DUE 121997 POC Contract Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L. R. Fisk, Code 0211LRF. 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, Price and Technical Factors considered. The work is for renovation, alterations, and repairs and minor construction in the area of responsibility for NAVFACENGCOM, Southdiv Field Office, NSA Memphis, Millington, TN, including Presidents Island, Nashville, TN, and Huntsville, AL and other locations serviced by that office. Projects assigned to the IDIQ contracts will use the Solution Order Concept (SOC) approach to scope and price the work. After award of the initial contracts, the three contractors will compete for task orders based on either best value or low price technically acceptable to the government. The SOC is a process consisting of on-site walk-throughs with the IDIQ contractors and appropriate government personnel to jointly assess and determine a statement of work ("to-do" list), thereby developing a performance specification for the work. The work will be routine renovation and repair of facilities including administrative, barracks, and community support facilities with some minor new construction incidental to the repair/alterations work. Examples include carpeting, painting, HVAC alterations, demolition, systems furniture, computer raised flooring, electrical interior distribution, lighting, sales area renovations, closed circuit TV, etc. Each contract will be for one base year with two option years. The total 3 year estimated construction cost, including all three IDIQ contracts is $20,000,000.00. 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 $100,000.00. The first IDIQ construction contract of the three will be awarded as a firm fixed price, for the seed project. The initial award will be based on technical factors including (1)Experience, (2)Past performance, (3)Technical Approach and (4) Small Business Subcontracting Effort in descending order of importance. It will also be based on pricing site-adapted plans and performance specifications for two seed projects: N62467-98-R-0905, Bachelor Officer Quarters Renovation, Building No. 599, BUPERS Site Plan Implementation Planting & Irrigation for N62467-98-R-0906, Naval Support Activity Memphis, Millington, TN. Price and the overall technical rating are of equal significance for the initial awards. As part of the pricing, the Proposers will be required to participate with the government in an on-site scope meeting for the proposed projects. The estimated construction cost for each seed project is between $500,000.00 and $1,000,000.00. The work under N62467-98-R-0905 includes converting 12 BOQ rooms to 6 flag officer suites; renovating an additional 48 roomswith new thru-the-wall heat pumps, painting, carpeting; converting the central core HVAC system to new loading in accordance with the design provided on the RFP. The work under N62467-98-R-0906 consits of the installation of an underground sprinkler system, planting of trees and shrubs and installation of government supplied contractor installed landscape furniture. The sprinkler system requires trenching and connection(s) to the existing water supply. Planting will include shrubs and trees of various species and sizes. The landscape furniture will include but not be limited to railings, trash cans, bicycle stands and signage. Example future projects expected to be accommodated under these IDIQ construction contracts include: DFAS Building Renovations $5,000,000-$10,000,000; Navy Exchange Renovations $1,000,000 -- $2,000,000; Child Development Center $300,000 -- $500,000; up to a total of $10,000,000 in miscellaneous quality-of-life alterations to various bachelor quarters. The anticipated minimum sizeof task orders is $50,000 and the maximum is $5,000,000. Refer to the RFP for detailed submittal requirements for technical & price factors. The RFP issue date is scheduled for 19 November 1997. The pre-proposal conference is scheduled for 02 December 1997 at Naval Support Activity Memphis, Millington, TN. Contact Shirley Shumer at 803/820-5923 for detailed instructions. The proposal due date is scheduled for 19 December 1997, and the targeted award date is 15 January 1998. 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/Contractor team in order to develop mutually agreed upon Statements of Work. Award factors will vary depending on the unique requirements of each Task Order, however pricing will weigh at least 50%. The awarded Task Order will be performance scoped, firm fixed price task with a specific completion date. Should the 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 the 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 forany reason one of the contracts is terminated or one of the proposers is justifiably 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 RFP packages: There is a $35.00 Non-Refundable charge for each set. When requesting please reference RFP N62467-98-R-0905 BOQ Renovation, Building No. 599, Naval Support Activity Memphis, Millington, TN. The Point of Contact for ordering RFP packages is Ronnie Mitchum at 803/743-4040. To obtain the RFP Packages you may CHARGE your request to a Corporate VISA/MASTERCARD Credit Card or make your check payable to US Treasury and send to The Defense Automated Printing Service, Attn: Ronnie Mitchum, P. O. Box 71359, Charleston, SC 29415 or for Direct or Express Mail Delivery address your request to Suite "B", 2825 Avenue "D", North Charleston, SC 29408-1802. Please indicate if you are a Prime Contractor, Subcontractor, Supplier, ETC. Please also include (1)A Point of Contract, (2)A Telephone Number, and (3)a Fax Number. If Problems arise concerning your request, call Ronnie Mitchum at 803/743-4040. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. Plan Holders List can be obtained from the Internet at http://206.74.23.6. For inquiries about Date of Receipt of Proposals or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Request for Proposals must be submitted in writing 15 days before Proposals Due to the address listed above, or faxed to 803/820-5853, Attn: Janet Lietha, Code 0211JL. Estimated duration of the contract is 180 calendar days for completion. (0314)

Loren Data Corp. http://www.ld.com (SYN# 0098 19971113\Z-0015.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page