|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 C -- INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACT FOR
LEAD BASED PAINT ABATEMENT FOR QUARTERS B & C AT THE CHARLESTON NAVAL
SHIPYARD, CHARLESTON, SC SOL N62467-99-D-0925 DUE 051899 POC Laurie
Newkirk-Paggi, Code 0232LNP. Contracting Officer: Robert J. Meddick,
Code 0232. Estimated closing for Phase I proposals is 04 June 1998.
This procurement is for one solicitation resulting in the award of
three Indefinite Delivery Indefinite Quantity (IDIQ) contracts 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 primarily for
removal of Asbestos and for Lead-Based Paint Abatement for the area of
responsibility of Southern Division, Naval Facilities Engineering
Command. The seed project for contract award will consist of furnishing
all labor, equipment, materials, tools, services, testing, supervision,
transportation, and incidentals necessary to perform the work of
Lead-Based Paint Abatement (LBPA) in Quarters B&C Officer Single Family
Housing, herein after known as Panama Houses, Charleston Naval Shipyard
Complex. Quarters "B" is approximately 4000 sq./ft in size and built in
1905 Quarters "C" is approximately 6500 sq./ft in size and built in
1908. Paint preparation includes removal of flaking or peeling LBP and
debris by Wet scraping only/cleaning etc. per HUD Guidelines, OSHA
Lead in Construction Standard 29 CFR-1926-62. The Standards for
Rehabilitation and Guidelines for Rehabilitating Historic Buildings and
NAVFAC MO-13 Historic Structures Preservation Manual dated September
1991; perform minor repairs as necessary to ensure compliance with
manufacturer's specifications for surface preparation to accept 20-year
paint. Painting includes 20-year paint unless indicated as "regular"
paint. Projects assigned to these IDIQ contracts will use the
Solicitation Order Concept (SOC) approach to scope and price the work.
After award of the initial contract to three contractors, they will
compete for delivery orders based on either best value 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 and four (4) one (1) year options. Eachoption year is
estimated at $4,000,000.00. Total estimated value for all three
contracts is not to exceed $20,000,000.00. The three Best Value
contractors will be selected for the award of either the seed project
or the award of one of the two contracts with a minimum guarantee of
$10,000.00. The first IDIQ construction contract of the three will be
awarded with a firm fixed price as the seed project. This procurement
will consist of Two (2) Phases. Phase I: Proposers will be evaluated on
(1) Corporate Experience and Past Performance; (2) Financial and
Management Systems; (3) Capability of Key Personnel. The highest rated
proposers, a maximum of eight proposers, will advance to Phase II. The
government will then request the Phase II proposal. Phase II: Qualified
proposers will be evaluated on (1) Management and Technical Approach
and (2) Cost/Price for the seed project. The government reserves the
right to reject any or all proposals at any time prior to award, to
negotiate with any or all proposers, to award the contract to other
than the proposers submitting the lowest total price, and to award to
the proposers submitting the proposal determined by the government to
be the most advantageous to the government. PROPOSERS ARE ADVISED AN
AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE
PROPOSALS RECEIVED. Therefore, proposals should be submitted initially
on the most FAVORABLE terms. FIRMS SUBMITTING TECHNICAL AND PRICE
PROPOSALS WILL BE NOT BE COMPENSTED. As part of the pricing for Phase
II, the contractors will be required to participate with the government
in an on-site scope meeting for the proposed seed project and all
others for subsequent delivery orders. The minimum guarantee of
$10,000.00 will be met for the first of the three IDIQ contracts, when
awarded. The second contract, N62467-99-D-0926, and the third
contract, N62467-99-D-0927, will be awarded at the same time with a
minimum guarantee of $10,000.00 and selection based on the same
criteria at the first selection. All three contractors will
competitively bid on subsequent delivery orders. These subsequent
projects will be non-complex performance oriented tasks requiring
minimal design. They will be scoped by the government/Contractor team
and will not have traditional plans and specifications but may include
sketches and requests for catalog cuts or others submittals. The
salient requirements of the Delivery Order will be scoped by the
government/Contractors team in order to develop a mutually agreed-upon
statement of work. Award factors will vary depending on the unique
requirements of each Delivery Order, however pricing will weigh
heavily. The awarded Delivery Order will be a performance-scoped, firm
fixed price task with a specific competition date. Should the second
or third IDIQ contractor be unable to competitively secure a Delivery
Order to meet the minimum guarantee, award factors may be modified to
insure each participating contractor is awarded Delivery Orders meeting
the minimum guarantee. All three contractors will be required to
participate in all SOC walk-throughs and submit proposals. Failure to
participate responsibly in walk- throughs and submit proposals on
Delivery Orders may result in the government not exercising the option
to extend the contract for an additional year. Only the three selected
Contractors will be permitted to propose on the Delivery 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 the contracts is terminated or one of the proposers is not
able to participate in the process. Failure to participate responsibly
in the delivery order process may result in forfeiture of the minimum
guarantee amount. THIS SOLICITATION IS HEREBY BEING ISSUED IN
ACCORDANCE WITH SECTION 8(a) OF THE SMALL BUSINESS ACT. To order plans
and specifications: the government intends to issue this solicitation
exclusively through the Internet. The entire solicitation, including
plans and specifications, is available for viewing and downloading at
http://www.efdsouth.navfac.navy.mil/eb/. Prospective offerors are
encouraged to register themselves on the web site. The official plan
holder's list will be maintained and can be printed from the web site
for downloading. This will normally be the only method of distributing
amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE
WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For
inquiries about Proposal Due Date or Number of Amendments issued,
contact Lauri Newkirk-Paggi at 843/820-5696. Technical inquiries must
be submitted in writing 15 days before Proposals are Due to the address
listed above, or faxed to 843/820-5848, Attn: Code 0232LNP. Posted
05/04/99 (W-SN327490). (0124) Loren Data Corp. http://www.ld.com (SYN# 0020 19990506\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|