|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102Commanding Officer, Southern Division, Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION
CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS, IN THE AREA OF
RESPONSIBILITY OF NAVFACENGCOM, FIELD OFFICE: KEY WEST, NAS COMPLEX,
KEY WEST, FL, INCLUDING US DEPARTMENT OF DEFENSE INSTALLATIONS AND
FEDERAL GOVERNMENT FACILITIES SOL N62467-98-R-1031 DUE 070898 POC
Contract Specialist: Susie Conner, Code 0211SC. Contracting Officer: L.
R. Fisk. THIS SOLICITATION IS HEREBY ISSUED AN "UNRESTRICTED" BASIS
INVITING FULL AND OPEN COMPETITION. 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, are considered in the
best interest of the Government using the best value continuum process
in a negotiated acquisition. One of the contracts will be set aside
for and competed amongst 8(a) contractors in the State of Florida and
the other two will be competed unresticted. The work will primarily be
new construction, roofing, demolition, routine renovation and repair
of facilities and infrastructure including: 1)aviation and aircraft
facilities, 2)marine facilities, 3)barracks and personnel housing
facilities, 4)administrative facilities, 5)warehouses and supply
facilities, 6)medical and dental facilities; 7)abatement and handling
of hazardous/regulated materials (including and not limited to
asbestos, lead paint and PCBs); 8)civil, sanitary, stormwater,
mechanical and electrical systems throughout the Area of Responsibility
(AOR) of NAVFACENGCOM, SOUTHDIV Field Office, Key West, NAS Complex,
Key West, Florida, including U.S. Department of Defense Installations
and Federal Government Facilities throughout the Florida Keys and
Southern Florida, and other locations as justified. Projects assigned
to these (IDIQ) contracts will use the Solution Order Concept (SOC)
approach to scope & price the work. After award of the initial contract
to the three contractors, they will compete for Task Orders based on
either best value using a tradeoff process 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 option years. The total 3 year (Base Year & two option
years) estimated construction cost for all three IDIQ contracts is
$20,000,000. Construction schedules will be determined for each project
at the issuance of each Task Order. The three Best Value contractors
will be selected for the award of either the seed project or the award
of a minimum guarantee of $100,000.00. The first IDIQ construction
contract will be awarded as a firm fixed price, 100% design. The
initial award will be based on technical factors including (1)Technical
Qualifications, (2)Management Approach, (3)Technical Approach and
(4)Small Business Subcontracting Effort. It will also be based on
pricing full plans and specifications for N62467-98-R-1031 RELOCATE
AIRFIELD MARKERS, NAS KEY WEST, FL with an estimated value of $250,000
to $500,000. The minimum guarantee of $100,000.00 will be met for the
first of the three IDIQ contracts when this proposed project is
awarded. The second contract N62467-98-R-1032 and third contract
N62467-98-R-1033 will be awarded at the same time with a minimum
guarantee of $100,000 and selection based on the same criteria as the
first selection. All three contractors will competively bid on
subsequent task orders. These subsequent projects will be non-complex
performance oriented tasks requiring no professional design services.
The subsequent projects 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 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 will be a performance scoped, firm
fixed price task with a specific completion date. Should the second or
third IDIQ be unable to competitvely 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 three Contractors will be required to
participate in all SOC walkthroughs and submit proposals. Failure to
participate responsibly in walkthroughs and submit proposals of Task
Orders may result in the Government not exercising the option to extend
the contract for the option years. Only three 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 contractor if for any reason one of
the contracts is terminated or one of the proposers is not able to
participate in the process. Failure to participate responsibly in the
Task Order process may result in forfeiture of the minimum guarantee
amount. A pre-proposal conference is tentatively scheduled for 23 June
1998 at the Naval Air Station, Key West, FL. An Amendment will be
issued to the solicitation giving the exact time and location of the
conference. This Solicitation is hereby being issued on an
"Unrestricted" Basis inviting full and open competition. For RFP
packages: There is a $40.00 Non-Refundable charge for each set. When
requesting please reference RFP N62467-98-R-1031 RELOCATE AIRFIELD
MARKERS, NAS KEY WEST, FL. The Point of Contact for ordering RFP
packages is Ronnie Mitchum at 803/743-4040. To obtain the RFP Packages
make your 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. VISA/MASTERCARD CHARGES CAN NO LONGER BE ACCEPTED. Please
indicate if you are a Prime Contractor, Subcontractor, Supplier, ETC.
Please also include (1)A Point of Contact, (2)A Telephone Number, and
(3)a Fax Number. If Problems arise concerning your request, call Ronnie
Mitchum at 803/743-4040. To obtain a Plan Holders List fax your request
to 803/743-3027. 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 Date of Receipt of Proposals or Number of Amendments;
contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to
Request for Proposals must be submitted in writing 15 days before
Proposals Due to the address listed above, or faxed to 803/820-5853,
Attn: Susie Conner, Code 0211SC. (0140) Loren Data Corp. http://www.ld.com (SYN# 0144 19980526\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|