|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1998 PSA#2153Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR
REMOVAL AND/OR REPLACEMENT OF HALON FIRE PROTECTION SYSTEMS AND
RENOVATION, REPAIR AND ADDITIONS TO FIRE ALARM AND OTHER FIRE
SUPPRESSION AND DETECTION SYSTEMS AT VARIOUS FEDERAL INSTALLATIONS IN
IL, IN, CO, MI, WY, ND, SD, NE, KY, O SOL N62476-98-R-1079;
N62476-98-R-1080; and N62476-98-R-1081 DUE 091698 POC For technical
inquiries, FAX 803/820-5853 Attn: C. Cotton, Code 0212CC. Contracting
Officer for this solicitation is William J. Anonie. Information
regarding ordering RFP documents is provided at the end of this
announcement PRESOLICITATION NOTICE: This procurement is for one
solicitation resulting in the award of three Indefinite Delivery
Indefinite Quantity (IDIQ) Construction Contracts (N62467-98-R-1079,
N62467-98-R-1080 and N62467-98-R-1081) to the responsible proposers
whose proposals, conforming to the RFP, will be most advantageous to
the Government resulting in the Best Value, cost or price and other
factors considered. The work is for demolition, renovation, alteration
and repairs and minor construction at various Navy, marine Corps, Air
Force and federal installations in IL, IN, CO, MI, WY, ND, SD, NE, KY,
OH, WI, MN, IO, MO. 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 contracts to three contractors, they will
compete for task orders based on either best value or low price
technically acceptable to the government through Government/Contractor
Team cooperative scoping of the work. The work will be for demolition,
replacement, renovation and repair of fire suppression and detection
systems installed in various types of facilities. Contractor shall be
competent and experienced in the design and installation of all aspects
of fire sprinkler systems (including releasing systems and ADA
compliance), and special extinguishing systems (carbon dioxide and
FM-200). Contractor's design qualifications shall include minimum NICET
level 2 certifications in fire sprinkler, fire alarm, and special
extinguishing systems (all 3 areas) or the firm shall have a registered
professional fire protection engineer who obtained their registration
by passing the fire protection portion of the NCEE examiniation.
Contractor shall have a minimum of 5 years successful experience with
verifiable references. This design expertise shall reside within the
contractor's firm and not as a contracted consultant. Partnering of two
or more firms to provide the necessary expertise in each of the three
areas is acceptable. Firms shall have the capability to abate hazardous
materials (asbestos & lead paint) as necessary to complete the
installation of the primary work. This capability may be obtained by
partnering with a specialty hazarous material firm. This firm shall
provide full professional design, testing, abatement/removal, disposal,
and compliance verification. 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
$5,000,000.00. Construction schedules will be determined for each
project at the issuance of each task order. The three contractors will
be selected based on Best Value. The IDIQ construction contract will
be awarded with a firm fixed price. The initial award will be based on
technical factors such as (1) Experience/Past
Performance,(2)Qualifications,(3)Technical Approach, & (4) Small
Business Subcontracting Effort. It will also be based on pricing for
the seed projects to Install Retrofit Fire Sprinkler and Fire Alarm
Protection into several facilities at the Marine Corps Support Activity
at Kansas City, MO. THERE WILL BE A SITE VISIT/PRE-PROPOSAL CONFERENCE
ON 25 AUGUST 1998 AT 9:00 A.M. As part of the pricing, the Contractors
will be required to participate with the Government in an on-site scope
meeting for the proposed seed projects. The total estimated
construction cost for the seed projects is between $100,000 to $250,000
The minimum guarantee for each of the three contracts will be $10,000.
The Government reserves the right to award the best value combination
for the seed projects after the three awardees have been determined.
If the minimum guarantee is not met for an awardee at time of the basic
contract, a minimum guarantee of $10,000 will be awarded. All contracts
will be awarded at the same time with selection based on the same
criteria. Only the three selected contractors will be permitted to
compete on future task orders. These subsequent projects will be
non-complex performance oriented tasks requiring minimal design. They
will be scoped by the Government/Contractor team and may 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. The awarded task order will be a performance scoped, firm fixed
price task with a specific completion date. All Contractors will be
required to participate in all SOC walk throughs and submit proposals
for task orders estimated to exceed $100,000. Failure to participate
responsibly in walk-throughs and submit proposals on task orders may
result in the Government not exercising the option to extend the
contract for an additional year to that contractor. Only the 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 contract if for any
reason a contract is terminated or one of the proposers is not able to
participate in the process. THIS SOLICITATION IS HEREBY BEING ISSUED
ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. For
Plans and Specifications: There is a $10.00 Non-Refundable charge for
"EACH" copy of the Request for Proposal (RFP). WHEN REQUESING THE RFP,
PLEASE REQUEST USING RFP N62476-98-R-1079, Fire Protection
Improvements, MCSA, Kansas City, MO. No telephone orders for the RFP
will be accepted; however, if problems arise concerning your request,
call Ronnie Mitchum at 803/743-4040. To order, make company check
payable to: US Treasury and send to: DEFENSE PRINTING SERVICE
DETACHMENT OFFICE, ATTN: RONNIE MITCHUM, 2825 AVENUE D N., SUITE B,
CHARLESTON, 29408-1802. To obtain a Plan Holders List fax your request
to at 803/743-3027 or visit www.chas.sebt.daps.mil. Plan Holders List
in response to fax 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 803/820-5775. 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
803/820-5853, Attn: Chris Cotton, Code 0212CC.***** Posted 08/04/98
(W-SN232283). (0216) Loren Data Corp. http://www.ld.com (SYN# 0189 19980806\Z-0036.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|