|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039Officer in Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL
32508-5225 Y -- INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR DEMOLITION,
RENOVATION, ALTERATIONS, REPAIRS AND MINOR CONSTRUCTION AT NAVAL AIR
STATION, PENSACOLA, FLORIDA AND SURROUNDING NAVAL INSTALLATIONS SOL
N65114-98-R-2487 DUE 041698 POC Roger Odom, Contract Specialist, at
(850) 452-4616, ext. 143 for any technical inquiries or Daphne Dillard
at (850) 452-4616, ext. 135 for availability of plans and
specifications. The cost for each set of plans and specifications is
$85.00. This charge is non-refundable. To order plans and
specifications, forward your company check, money order, corporate VISA
or Mastercard number (with expiration date), payable to Defense
Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048,
Attention: Thomas J. Morris. (Cash, personal checks and credit cards
will not be accepted.) Project description: This procurement is for one
solicitation resulting in the award of three Indefinite Delivery
Indefinite Quantity (IDIQ) construction Contracts to the responsible
proposors whose proposals, conforming to the RFP, will be the most
advantageous to the Government resulting in the Best Value, cost or
price and other factors considered. The pre-proposal conference will be
established at a later date and all planholders will be notified by
amendment. The work is for demolition, renovation alteration and
repairs and minor construction (including possibility of design/build)
at NAS Pensacola; Naval Technical Training Center, Corry Station;
Naval Education and Training Program Management Support Activity,
Saufley; Naval Hospital Pensacola; NAS Whiting Field, Milton; Naval
Coastal Research Lab, Panama City, FL; and various Reserve Centers in
Alabama. Projects assigned to these IDIQ contracts will use the
Solution Order Concept (SOC) approach to scope and price for the work.
After award of the initial contract to three contractors, they will
compete for task orders based on either best value ot 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 costs 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, and (4) Small Business
Subcontracting Effort. The seed project consists of
N65114-98-R-2487,Repairs to Family Housing, Naval Air Station, Shiting
Field, Milton, FL with a Government range of $1-5 million. The other
two awardees will each be awarded a $100,000.00 minimum guarantee IDIQ
contract. All contracts will be awarded at the same time with
selection based on the same creiteria. Only the three selected
contractors will be permitted to compete on future 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 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 mutally
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
order 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 contractos will not be accepted. A minimum of two
proposals will satisfy the requirements of SOC and preclude the
necessity of soliciting for a replacement contract if for any reason a
contractor is terminated or one of the proposors is not able to
participate in the process. THIS SOLICITATION IS HEREBY BEING ISSUED ON
AL "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. There will
be one Request for Proposals (RFP) package containing the SEED
project. No telephone orders for the RFP will be accepted. To obtain a
planholders list, fax your request to (850) 452-4511, Attn: Thomas J.
Morris. Planholders lists will be U.S. mailed, not faxed. For
inquiried prior about Date of receipt of Proposals or number of
Amendments, contact Roger N. Odom at (850) 452-4616, ext. 143.
Technical inquiries prior to Receipt of Proposals MUST be submitted in
writing 10 days before Receipt of Proposals to the address listed
above or faxed to (850) 452-4505 or 9398, Attn: Roger N. Odom. (0054) Loren Data Corp. http://www.ld.com (SYN# 0134 19980225\Y-0011.SOL)
Y - Construction of Structures and Facilities Index Page
|
|