|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION
CONTRACTS FOR NEW CONSTRUCTION AND RENOVATIONS INCLUDING NAVAL AIR
STATION, JACKSONVILLE; NAVAL STATION, MAYPORT; NAVAL AIR STATION, KEY
WEST, FL; AND NAVAL SUBMARINE BASE, KINGS BAY, GA. SOL N62467-98-R-0672
POC Contract Specialist: Susie Conner, Code 0211SC. Contracting
Officer: L. R. Fisk, Code 0211. THIS IS A PRE-SOLICITATION BEING
ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION.
This procurement will result in the award of therein (3) separate
Indefinite Delivery Indefinite Quantity (IDIQ) design-build
Construction Contracts for general building type projects (new
construction and renovations) including administrative, training,
dormitory, and community support type facilities for activities in the
state of Florida (excluding west Florida) and Kings Bay, GA managed by
Southern Division Naval Facilities Engineering Command. The work will
be at the following primary locations: Naval Air Station, Jacksonville;
Naval Station, Mayport; Naval Air Station, Key West; and Naval
Submarine Base, Kings Bay, GA. 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. Each contract will be for one year with
three option years. The anticipated workload is $130 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 $2-5 million
range. The three successful offerors will be encouraged to submit
technical and price proposals on all future task orders. Lack of
participation may result in the Government not exercising the option
for extending the contract. Participation in the pre-proposal
conference or site visits for future task orders will be the
responsibility of the offeror and is not directly reimbursable by the
Government. Task orders will require multi-disciplined design services
in all aspects of general building construction for new and renovation
projects including lead and asbestos abatement. Projects will also
require incorporation of sustainable features. Multiple design teams
may be proposed to satisfy a variety of building types projected to be
awarded during the term of thiscontract. All professional disciplines
shall be registered and/or certified in their discipline. In those
states requiring specialized knowledge of local permitting or
regulatory agency requirements, the professional discipline shall be
registered or certified in that state. 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, Management Approach; and Small Business subcontracting
effort. Phase I design-build factors relate to the four (4) year IDIQ
contract requirements for general building type projects including
administrative, training, dormitory, and community support type
facilities, not just the seed projects identified at the end of this
synopsis. Only those proposers selected in Phase I will be allowed to
proceed into Phase II. In Phase II, the competitive field will be
required to submit technical and price proposals for two "seed"
projects. The Phase II technical proposal will require preparation of
a limited design solution for both seed projects; Small Business
Subcontracting Effort; and other factors that define the quality of
construction. Cost and Price proposals may include total cost;
evaluation of scope/design options within the Government's published
budget for award, and an evaluation of change order markups and
overhead. The best value proposal for each seed project will be awarded
a project and an IDIQ design-build contract for the four (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
new most competitive proposal. A minimum guarantee of $100,000 will be
consideration for the award of the third IDIQ contract. The minimum
guarantee will be payable only if the third proposer is awarded no task
orders over the four (4) year contract term. 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 renovations to the Consolidated Bachelor
Quarters at Naval Air Station, Key West, FL (Trumbo Point). The
Consolidated Bachelor Quarters is an eight story, 12,026 square meter,
concrete and masonry building. The project involves a complete
replacement of the HVAC, plumbing, and electrical systems within the
building. Work also includes the installation of an automatic fire
suppression system. Project also includes a complete renovation of the
front entry area along with miscellaneous interior finish work
throughout the building. Estimated construction value is between $8.5M
and $9.5M. The project budget cannot exceed $9.6M.
(2)Design/Construction of a new Child Development Center at NAS Key
West, FL (Sigsbee Park) to accommodate 176 children. The project
consists of a 1,363 square meter facility including child activity
areas, administrative space, laundry, kitchen, and
mechanical/electrical space. The project also includes playgrounds,
parking and incidental related work. Estimated value of the project is
between $2.5M and $3.2M dollars. The project budget cannot exceed
$3.2M. The Phase I RFP will be available around mid to late June 1998.
Phase I proposals will be due around late July 1998. The exact date
will be stipulated in the RFP. For Phase I RFP packages: There is a
$15.00 Non-Refundable charge for each set. This charge applies to Phase
I only. A separate and different non-refundable charge for Phase II
specifications will be determined at a later date. To obtain Phase I
"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 843/743-4040. 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 Date of Receipt of
Proposals or Number of Amendments; contact Shirley Shumer at
843/820-5923. 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 843/820-5853, Attn: Susie Conner, Code
0211SC. (0152) Loren Data Corp. http://www.ld.com (SYN# 0094 19980603\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|