|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1998 PSA#2029Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- ALTERATIONS, RENOVATIONS, REPAIRS, DEMOLITION AND MINOR
CONSTRUCTION FOR MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND, SC, MCRC,
BEAUFORT, SC; NAVAL HOSPITAL, BEAUFORT, SC AND OTHER AREAS OF
RESPONSIBILITY OF SOUTHERN DIVISION FIELD OFFICE, BEAUFORT, SC SOL
N62467-98-R-0692 DUE 030598 POC POC: Chris Cotton, Code 0212CC, FAX
Number (803) 820-5853 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 Alterations, Renovations, Repairs,
Demolition and Minor Construction for ROICC Beaufort, SC NAVFACENGCOM
Southdiv Field Office Area of Responsibility including, but not limited
to, Marine Corps Recruit Depot, Parris Island, SC; Marine Corps Reserve
Center, Beaufort, SC; Naval Hospital, Beaufort, SC. 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 task orders based
on either best value or low price technically acceptable to the
government through Government/Contractor Team cooperative scoping of
the work. 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.
Construction schedules will be determined for each project at the
issuance of each task order. The initial awards will be based on
technical factors including (1) Experience/Qualifications, (2) Past
Performance, (3) Technical Approach, & (4) Small Business
Subcontracting Effort. The seed project consists of the following:
N62467-98-R-0692, Aircraft Seat Shop Modifications, Marine Corps Air
Station, Beaufort, SC with an estimated Government range of $100,000.00
-- $250,000.00. N62467-98-R-0693 will be awarded as a $100,000.00
minimum guarantee IDIQ contract and N62467-98-R-0694 will be awarded as
a $100,000.00 minimum guarantee IDIQ contract. All contracts will be
awarded at the same time with selection based on the same criteria.
Only the three selected contractors will be permitted to compete on
future task orders. These subsequent projects will be performance
oriented tasks requiring various levels of design effort. 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 walk
throughs and submit proposals for task orders estimated to exceed
$25,000. 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 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 contract if for any reason a contract is terminated or one
of the proposers is not able to participate in the process. THERE WILL
BE A PRE-PROPOSAL CONFERENCE AT THE PUBLIC WORKS OFFICE CONFERENCE
ROOM, BLDG. 616, MCAS, BEAUFORT ON 19 FEB 98 AT 1:00 PM LOCAL TIME.
PROPOSALS CLOSE ON 05 MARCH 98. 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 the
seed project. There is a $30.00 Non-Refundable charge for a copy of the
RFP. WHEN REQUESTING THE RFP, PLEASE REQUEST Solicitation No.
N62476-98-R-0692. 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, SUITE B., 2825 AVENUE D., NORTH CHARLESTON, 29408-1802.
To obtain a Plan Holders List (internet address:
www.chas.sebt.daps.mil) or 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.***** (0036) Loren Data Corp. http://www.ld.com (SYN# 0145 19980210\Z-0003.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|