Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099

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

Y -- SOUTH CAROLINA DESIGN-BUILD ORDER CONTRACT SOL N62467-98-R-0690 DUE 070298 POC POC: Kristy Penninger, Code 0212KP, FAX Number (843) 820-5853 SOLICITATION NOTICE: This procurement will result in the award of three (3) separate Indefinite Quantity (IDIQ) Design-Build Construction Contracts for general building type projects including administrative, training, dormitory, and community support type facilities for activities in the state of South Carolina managed by Southern Division Naval Facilities Engineering Command. The work will be at the following primary locations: Naval Weapons Station, Goose Creek; Charleston Air Force Base; Shaw Air Force Base, Sumter; Marine Corps facilities at MCAS Beaufort and MCRD Parris Island; and the Naval Hospital Beaufort. Rerer to SPECIAL NOTICES dated 14 MAY 98 for additional information on Two-Phase Design Build Industry Forum. Proposers will be evaluated using the Two-Phase, Design-Build, Request for Proposal (RFP) procedures that result in awards based on Best Value to the Government -- cost or price or other factors considered. Two seed projects as well as one minimum guarantee will be awarded through evaluation of competitive proposals. Each contract will be for one year with three option years. The anticipated workload is 85 million over the life of all contracts and the maximum combined value of all contracts will not exceed 200 million. Projects will vary in size from around 1 million to 15 million with the average project in the 3-5 million range. Participation in all future task orders is required to maintain each contract in good standing. Failure to participate could result in the Government exercising its right to not award follow-on option years. Phase I of the procurement process is a narrowing phase to 3 to 5 proposers (design-build teams) based on design-build factors that include: Past Performance, Technical Qualifications (including past performance) of the Design-Build team; Management Approach; and Small Business subcontracting effort. Only those proposers selected in Phase I will be allowed to proceed into Phase II. Phase II technical evaluation factors include Past Performance, Technical Qualification, Technical Solution (including Basis of Design Narrative Conceptual Site Plans, Conceptual Building Designs and Sustainable Design Features), Construction Scheduling and Small Business Subcontracting effort. In Phase II, the competitive field will be required to submit technical and price proposals for two "seed" projects. The best value proposal for each seed project will be awarded a project and an IDIQ design-build contract for the 4 year term. Only one seed award per Proposer will be allowed. These initial seed projects satisfy consideration for minimum guarantees. The third IDIQ contract will be awarded to the design-build proposer who provides the next most competitive proposal. A minimum guarantee of $200,000 will be consideration for the award of the third IDIQ contract. Phase II will require preparation of a limited design solution for both seed projects; design/construction schedules; management plan; and other factors that define the quality of construction. Cost and Price factors may include total cost; evaluation of scope/design options within the Government's published budget for award, and an evaluation of change order mark-ups and overhead. Subsequent task orders will be competed among these three IDIQ contractors with each task order awarded based on best value or Lowest Price -Technically Acceptable proposal. The two seed projects for this solicitation are: (1) Design/Construction of the Phase IV Enlisted Barracks at MCAS Beaufort. This project constructs a barracks complex of 211 two-person rooms with adjoining baths. Included are associated building support systems and spaces, site development features and utilities. Estimated value for this project is between 10 and 14 million dollars. (2) Design/Construction of Renovations to the Combat Vehicle Maintenance Facility. Included are renovation to the third bay oil change pit, high bay addition to the Construction Weight Handling Equipment Shop (Bldg 1064), battery charging station, an Outside Generator Testing Facility, replacement of roofing on building 780, 1064 and 1068, and replacement of pavement and incidental related work. Estimated value for this project is between 1.5 and 2.5 million dollars. SOLICITATION NOTICE: THE COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $15. Full size drawings are available at an additional cost. THE POINT OF CONTACT IS RONNIE MITCHUM AT 803/743-4040,Ext, 18. THIS CHARGE IS NON-REFUNDABLE. To obtain plans and specifications you may send company 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 843/743-4040, Ext. 18. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders List will be mailed. Plan Holders List can be obtained from the Internet at http://www.chas.sebt.daps.mil. For inquiries about BID OPENING DATE, NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (843) 820-5775. PHASE I PROPOSALS DUE 02 JULY 1998. (0138)

Loren Data Corp. http://www.ld.com (SYN# 0131 19980520\Y-0025.SOL)


Y - Construction of Structures and Facilities Index Page