Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1998 PSA#2153

Commanding 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