|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- SOC AREA OF RESPONSIBLITY, FT. WORTH, TX SOL N62467-97-R-0934 DUE
042898 POC POC: Deborah Taylor Code 0212DT, FAX (803) 820-5853 THIS
MODIFICATION IS TO CHANGE PREVIOUS SYNOPSIZED SOLICITATION
N62467-97-R-0934 TO N62467-98-R-0952. PRE-PROPOSAL CONFERENCE IS SET
FOR WEDNESDAY 15 APRIL 98. 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 SOUTHERN DIVISION FIELD OFFICE,
FT. WORTH, TX, NAVFACENGCOM Southdiv Field Office Area of
Responsibility including, but not limited to, Naval Air Station, Joint
Reserve Base, Ft. Worth, TX; Naval Air Station Dallas; all Navy owned
properties (mostly Reserve Centers) bounded by Austin, TX. El Paso,
TX, Amarillo, TX, Tyler TX and all points in between, and all of
Oklahoma. 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
$30,000,000.00. 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-0952, Building 1251 Renovations, NAS JRB, Ft. Worth, TX
with an estimated Government range of $200,000.00 -- $400,000.00.
N62467-98-R-0908 will be awarded as a $100,000.00 minimum guarantee
IDIQ contract and N62467-98-R-0909 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. PROPOSAL
CLOSES ON 28 APRIL 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-0952.
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: DEBBY TAYLOR, Code 0212DT.*****
(0071) Loren Data Corp. http://www.ld.com (SYN# 0161 19980316\Z-0016.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|