Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108

Commanding 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