Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

Commanding 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