|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154Commanding 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, OH, SOL N62476-98-R-1079;
N62476-98-R-1080; and N62476-98-R-1081 DUE 091698 POC POC: Chris
Cotton, CODE 0212CC, FAX # (843) 820-5853 SOLICITATION 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 minimumof 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 843/743-4040. 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
843/743-3027 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
843/820-5853, Attn: Chris Cotton, Code 0212CC. Posted 08/05/98
(W-SN233097). (0217) Loren Data Corp. http://www.ld.com (SYN# 0198 19980807\Z-0034.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|