|
COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1998 PSA#2130Officer in Charge of Construction, Naval Facilities Engineering
Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO 96540-2200 Z -- SOLUTION ORDER CONCEPT, INDEFINITE DELIVERY INDEFINITE QUANTITY
CONSTRUCTION CONTRACTS, VARIOUS LOCATIONS, GUAM, M.I. SOL
N62766-98-R-0417 DUE 081898 POC Contact Ms Jean Tarlton, Contracting
Officer (671) 339-7077 or FAX 339-7243 or Ms Julia Taitano, Contract
Specialist (671) 339-4098 This is a source selection procurement for
one solicitation resulting in the award of three Indefinite Delivery
Indefinite Quantity (IDIQ) Construction Contracts to the responsible
offerors whose proposals, conforming to the Request For Proposals, will
be most advantageous to the Government resulting in the Best Value,
cost or price and other factors considered. The work is for renovation,
alteration, repairs and construction at various Military Installations
on Guam and the Commonwealth of the Northern Mariana Islands. Projects
assigned to the IDIQ contracts will use the Solution Order Concept
(SOC) approach to scope and price the work. After award of the initial
contracts to the three contractors, they will compete for task orders
based on either best value or low price technically acceptable to the
Government. The task order is written based on either best value or
low price technically acceptable to the Government. The task order is
written based on a Government and Contractor Team cooperative scoping
of the work. The work will generally be routine renovation and repair
of facilities including barracks, administrative and personnel
facilities, warehouses, and other similar types of facilities and may
include construction and incidental alteration and construction work.
The work includes repairs to waterfront, utility and industrial
facilities, demolition, and lead and asbestos removal. Each contract
will be for one base year with four option years. The total five years
(base and four option years) construction aggregate cost for all three
IDIQ contracts shall not exceed $50,000,000.00. Construction schedules
will be determined for each project at the issuance of each task
order. The three Best Value contractors selected based on evaluation
factors will be awarded as follows: Best Value receives the Seed
Project with award, Second Best Value receives award with a minimum
guarantee of $200,000.00 and Third Best Value receives award with a
minimum guarantee of $200,000.00. Evaluation for award will be based on
technical factors including Technical Approach, Experience and Past
Performance. It will also be based on pricing for the Seed Project to
renovate Building 526 at Camp Covington, Guam. As part of the pricing,
the offerors will be required to participate with the Government in an
on-site scoping for the Seed Project. The estimated construction cost
for this initial project, which includes demolition, architectural
repair and renovation both interior and exterior, plumbing renovation,
associated electrical upgrades, fire protection upgrades and HVAC
replacement, is between $250,000.00 and $500,000.00. Solicitation
packages will be available on or about 17 July 1998 at no charge and
issued on a first come first serve basis. The due date for receipt of
proposals is 18 August 1998. The Standard Industrial Classification
code is 1799 with a size standard of $7.0 MIL. This procurement is
unrestricted. Posted 07/01/98. (0182) Loren Data Corp. http://www.ld.com (SYN# 0190 19980706\Z-0015.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|