|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1998 PSA#2084SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- IDIQ 8(A) PROCUREMENT DESIGN/BUILD SOC CONTRACT FOR VARIOUS
LOCATIONS SOL N68711-98-R-5117 DUE 061198 POC Samantha Darella, (619)
532-3758/Laurie Smith (619) 532-3083 FINAL NOTICE: This procurement is
an 8(a) competitive and is limited to 8(a) certified firms.
Procurement is restricted to the SBA District Office's in California,
Arizona, New Mexico, and Nevada. This solicitation consists of one
solicitation with the intent to award three or more Indefinite Delivery
Indefinite Quantity (IDIQ) Construction Contracts to the responsible
proposers whose proposal, conforming to the Request for Proposal (RFP),
will be most advantageous to the Government resulting in the Best
Value, cost or price and other factors considered. The contracts will
be for a base period of one year with two one-year option periods. The
Government reserves the right to award three or more contracts under
this solicitation or to award only one contract covering the seed
project identified in the RFP if funds are not available for the
minimum guarantee for three or more awards. The total maximum value for
the base term and all options for the aggregate of all IDIQ contracts
awarded, as a result of this RFP shall not exceed $50,000,000. The IDIQ
work will consist of Design/Build for renovation, alteration, repair,
and associated architecture engineering work at various locations
within the States of Arizona, New Mexico, California, and for special
programs such as Housing and Non appropriated funded (NAF) in the
States of Nevada, Oregon, and Washington. Types of facilities may
include but not limited to: Administrative and Industrial Facilities,
Wholehouse Revitalization, Child Care Centers, Lodges,
Recreation/Fitness Centers, Retail Complexes, Warehouses, Housing
Offices, Community Centers, and other similar facilities. In support of
the design-build strategies, the contractors shall employ the services
of an architect/engineering professional experienced in the
coordination of multidiscipline architectural/engineering design
efforts and conducting business from an established professional
business office. All discipline coordination shall be accomplished by
the Contractor's architect/engineering team. The government will not
coordinate the work for the contractor. 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, each awardee
shall be provided a fair opportunity to be considered for each task
order, except under those circumstances described in FAR 16.505(b)(2).
Award factors will vary depending on the unique requirements for each
Task Order and may be completed on the basis of price, best value or
technically acceptable, low price selection procedures. The subsequent
task orders may be performance oriented tasks requiring minimal
design, may occasionally be complex construction requiring design
development for design-build construction, or a combination thereof.
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, and 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. The exact location of each task order will be
indicated by the Contracting Officer. The awarded task order will be a
performanced scoped, firm fixed price task with a specific completion
date. Should any of the IDIQ contractors 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 Contractors will be
invited to participate in walk through-exploratory scoping
investigations, and to subsequently submit their proposals. Firms are
required to contact the contracting Officer within two days of
notification if a firm can not participate in the walk through or
submit a proposal on a task order. Competition is considered to exist,
based on the rule of two. If firms fail to notify the Contracting
Officer within the time frame specified it may result in the Government
not exercising the option to extend the contract for each additional
year. Successful offerors will receive the following contract awards;
Best value receives the seed project with award 2nd, 3rd, and any
additional selected contractor will each receive award with a minimum
guarantee of $50,000. Evaluation for award will be based on: Past
Performance; Technical/Management with subfactors including: (1)
Experience, (2) Capacity to Accomplish work and (3) Technical Approach;
and Pricing for N68711-98-R-5117, seed project, which will be the first
task order of the contract. The seed project provides for design and
construction for wood framed stairways with pre-cast concrete treads
and landings to replace exterior stairways at the following: build 329
South Elevation and lower stairs; building 332 North Elevation, Upper
and Lower Stairs, building 343, South Elevation, Upper and Lower
Stairs, Building 344, West Elevation; Building 365, North and South
Elevations located at SPAWAR Systems Center, San Diego, Point Loma
Campus. In addition, provide design and construction for a steel framed
secondary exit stairway with pre-cast concrete treads and landings for
building A-2 at SPAWARSYSCEN San Diego. New wood framed stairways
shall have the same general configuration as existing stairways. The
standard Industrial Code is 1542 and the annual size standard is $17
million. Only the selected contractors will be permitted to propose on
the task orders. Proposals from other contractors will not be
accepted. THIS SOLICITATION IS HEREBY "RESTRICTED" AS AN 8(A)
PROCUREMENT. Plans and specifications for this project will be
available May 11, 1998. It will also be issued on CD ROM media and over
the Internet at address http://ebsswd.wes.army.mil as an Electronic Bid
Set (EBS). The response time required by FAR 5.203 will begin on the
date of issuance of the EBS solicitation. EBS solicitation packages may
be acquired in person from the Plan Issue, by mail or by registration
at the Internet website address listed above. Telephone requests will
not be accepted for solicitation packages. Requests for the
solicitation package must be in writing stating solicitation number
N68711-98-R-5117, complete name address, area code and phone number and
whether bidding as prime, subcontractor, supplier or planroom. Plan
holders lists will not be faxed and will be available at the Internet
website address listed above. Mail requests to Southwest Division,
Naval Facilities Engineering Command (Plan Issue, Code 57CS.PI),
Building 132, 1220 Pacific Highway, San Diego, CA. 92132-5187. A
limited number of hard copy paper plans and specs will be available at
no charge to certified 8(a) firms. Others may acquire a copy for a fee
on pre-ordered, prepared basis seven working days prior to pickup or
mailing outside a 25 mile radius of Southwest Division. Requests in
writing for hard copies of solicitation packages must provide the same
information stated above. The cost of each hard copy solicitation
package will be confirmed by the plan issue room. Please call the plan
issue room at (619) 532-2084 after May 8, 1998 for price. The cost of
a CD-ROM is $10.00. The only methods of payment that will be accepted
for hard copy plans and specifications are Visa, MasterCard, cashiers
checks or money orders and they should be made out to DEFENSE
AUTOMATED PRINTING SERVICES. Fees are not refundable. If you choose to
pay by cashier's check or money order, please submit one (1) cashiers
check or money order per project. Solicitation packages are limited to
two (2) sets for the prime and one (1) per subcontractor/supplier. The
preproposal conference and site visit has been scheduled. Please refer
to solicitation package for exact dates and points of contact. The RFP
is due 11 June 1998. (0115) Loren Data Corp. http://www.ld.com (SYN# 0109 19980429\Y-0019.SOL)
Y - Construction of Structures and Facilities Index Page
|
|