|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1998 PSA#2116Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- REPAIRS TO BEQ, BUILDING 45, JAS JRB, NEW ORLEANS, LA SOL
N62467-97-R-0977 DUE 073198 POC POC: Agnes Copeland, Code 0212AC, Fax
Number (843) 820-5853. The Contracting Officer for this solicitation is
WJ Anonie. Presolicitation Notice: This procurement is for one
solicitation resulting in the award of four 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 Louisiana and
the other three will be competed unrestricted. The work will primarily
be demolition, routine renovation, alteration, repairs and minor
construction throughout the Area of Responsibility (AOR) of
NAVFACENGCOM, SOUTHDIV FIELD OFFICE, NAS, NSA NEW ORLEANS, LA, and
other locations as justified. Future projects assigned to these IDIQ
contracts will use the Solution Order Concept (SOC) approach to scope
and price the work. After award of the initial contract to four
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, one year
options. The total 3-year (Base Year and Two Option Years) estimated
construction cost for all IDIQ contracts is $30,000,000.00.
Construction schedules will be determined for each project at the
issuance of each Task Order. The four Best Value contractors will be
selected for the award of either the seed project or the award of a
minimum guarantee of $50,000. The first IDIQ construction contract will
be awarded as a firm fixed price, 100% design. The initial awards will
be based on technical factors including (1) Experience/Qualifications,
(2) Past Performance, (3) Technical Approach, & (4) Small Business
Subcontracting Effort. It will also be based on pricing full plans and
specifications for N62467-97-D-0977, Repairs to BEQ, Bldg. 45, NAS
JRB, New Orleans, LA, with an estimated value of $500,000.-$1,000,000.
The minimum guarantee of $50,000.00 will be met for the first of the
four IDIQ contracts with the award of this project. The second, third
and fourth contract will be awarded at the same time with a minimum
guarantee of $50,000.00 and selection based on the same criteria as the
first selection. All four contractor will competitively bid on
subsequent task orders. The subsequent projects will be non-complex
performance oriented tasks requiring no professional design services.
They will be scoped by the Government/Contractor team and may not have
traditional plans and specifications by 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 performance scoped, firm fixed price task with a
specific completion date, liquidated damages and specific wage
rates.Should the second, third or fourth contractor 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
four 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 the four 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. PROPOSAL
CLOSES ON 31 JULY 98. There will be one Request for Proposal (RFP)
package containing the seed project. There is a $30.00 Non-Refundable
charge for a copy of the RFP. WHEN REQUESTING THE RFP, PLEASE REQUEST
Solicitation No. N62476-97-R-0977. No telephone orders for the RFP will
be accepted; however, if problems arise concerning your request, call
Ronnie Mitchum at 843/743-4040, Ext. 18. To order, make company check
payable to US Treasury and send to DEFENSE PRINTING SERVICE DETACHMENT
OFFICE, ATTN: RONNIE MITCHUM, SUITE B., 2825 AVENUE D., NORTH
CHARLESTON, 29408-1802. To obtain a Plan Holders List (internet
address: www.chas.sebt.daps.mil) or fax your request to 843/743-3027.
Plan Holders List will be mailed. We cannot fax Plan Holders List. For
inquiries about Date for Receipt of Proposals or Number of Amendments;
contact Susan Clark at 843/820-5775. Technical Inquiries prior to
Receipt of Proposals MUST be submitted in writing 15 days before
Receipt of Proposals to the address listed above, or faxed to
843/820-5853, Attn: AGNES COPELAND, Code 0212AC. (0162) Loren Data Corp. http://www.ld.com (SYN# 0151 19980615\Z-0017.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|