|
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 INDEFINITE QUANTITY (IDIQ) CONSTRUCTION
CONTRACT FOR LEAD BASED PAINT ABATEMENT FOR QUARTERS B & C, CHARLESTON
NAVAL SHIPYARD, CHARLESTON, SC SOL N62467-99-R-0925 DUE 060499 POC
Contract Specialist: Lauri Newkirk-Paggi, Code 0232LNP. Contracting
Officer: Robert J. Meddick, Code 0232. CORRECTION: PROPOSALS FOR PHASE
I WILL BE DUE 04 JUNE 1999 VS 18 MAY 1999 (IN THE BEGINNING OF THE
DESCRIPTION IT PREVIOUSLY STATED 04 JUNE 1998. THE CORRECT PROPOSAL DUE
DATE FOR PHASE I IS 04 JUNE 1999.). ALSO THE SOLICITATION NUMBER IS
N62467-99-R-0925 VS. N62467-99-D-0925. Estimated closing for Phase I
proposals is 04 June 1999. 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. Each option 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-SN327558). (0124) Loren Data Corp. http://www.ld.com (SYN# 0021 19990506\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|