|
COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT (IDIQ)
CONSTRUCTION CONTRACTS FOR DESIGN BUILD FOR NEW CONSTRUCTION,
RENOVATION, ALTERATIONS, AND REPAIR AT VARIOUS HOUSING LOCATIONS IN
ARIZONA, CALIFORNIA, NEW MEXICO, NEVADA, OREGON, AND WASHINGTON SOL
N68711-99-R-6433 DUE 083099 POC Lisa Crawford, Contract Specialist,
(619) 532-1261(voice)/(619) 532-4789/3180 (fax) WEB: Home Page
Southwest Division Naval Facilities Engineering,
http://www.efdsw.navfac.navy.mil/home.htm. E-MAIL: click here to
contact the contract specialist via, crawfordla@efdsw.navfac.navy.mil.
This procurement consists of one (1) solicitation with the intent to
award three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ)
Construction Contracts to the responsible proposers whose proposals,
conforming to the Request for Proposal (RFP), will be most advantageous
to the Government resulting in the Best Value, cost or price and other
factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAT THAT
SUBMITTING THE LOWEST PRICE. The contracts will be for a base period of
one (1) year with four (4) one-year option periods. The Government
reserves the right to award three (3) or more contracts under this
solicitation or to award only one (1) contract covering the seed
project identified in the RFP if funds are not available for the
minimum guarantee for three (3) or more awards. THE GOVERNMENT INTENDS
TO AWARD WITHOUT DISCUSSIONS, THEREFORE, OFFERORS INITIAL PROPOSALS
SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A COST OR PRICE AND
TECHNICAL STANDPOINT. The total maximum value for the base term and all
options for the aggregate of all IDIQ contracts awarded as a result of
this RFP shall not exceed $250,000,000. The minimum task order amount
for this contract is $3,000,000. The IDIQ work will include new
construction and design/build for renovation, alteration, repair, new
construction, associated architecture/engineering and incidental
related work at various housing locations in Arizona, California, New
Mexico, Nevada, Oregon, and Washington. Types of projects may include
but are not limited to: New Housing, Wholehouse/Revitalization, Repair
by Replacement, Community Centers, Housing Offices, and other
incidental-related work. In support of the design-build strategies, the
contractor shall employ the services of an architect/engineering
professional experienced in the coordination of multi-discipline
architectural/engineering design efforts and conducting business from
an established professional business office. Multiple design teams may
be proposed to satisfy a variety of building types projected to be
awarded during the term of the contract. All discipline coordination
shall be accomplished by the Contractor's architect/engineering team.
The government will not coordinate the work for the contractor. After
award of the initial contracts, each awardee shall be provided a fair
opportunity to be considered for each task order, except under those
circumstances described in FAR 16.505 (b)(2). Award factors will vary
depending on the unique requirements for each Task Order and may be
competed on the basis of price, best value or technically acceptable,
low-price selection procedures. The subsequent task orders may be
performance-oriented tasks requiring minimal design, may occasionally
be complex construction requiring design development for design-build
construction, or a combination thereof. They will be scoped by the
Government/Contractor team and may not have traditional plans and
specifications but may include sketches, and requests for catalog cuts,
and 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. The exact location of each task
order will be indicated by the Contracting Officer. The awarded task
order will be a performance-scoped, firm-fixed-price task with a
specific completion date. Should any of the IDIQ contractors be unable
to competitively secure a task order to meet the minimum guarantee,
award factors may be modified in order to ensure each participating
contractor is awarded task orders meeting the minimum guarantee. All
contractors will be required to participate in walk-through-exploratory
scoping investigations, and to subsequently submit their proposals.
Failure to participate responsibly in walk-through-exploratory scoping
investigations and to submit proposals on all Task Orders may result
in the Government not exercising the option periods called out in the
contract. The best value contractor will receive the seed project with
award. The second, third, and any additional selected contractor will
each receive award with a minimum guarantee of $1,000,000 and
selection will be based on the same criteria as the first selection.
Evaluation for award will be based on written presentation of the
following criteria: (1) Past Performance; (2) Subcontracting Effort,
(3) Technical/Management with subfactors including: (a) Experience, (b)
Capacity to Accomplish Work and (b) Technical Approach; and (4) Pricing
for N68711-99-R-6433, the seed project, which will be the first task
order of the the contract. Factors (1), (2), and (3), when combined,
are significantly more important than price. The seed project is
located at Marine Palms housing area, Marine Corps Air Ground Combat
Center, Twenty-nine Palms, California. The intent of this project is to
provide all labor and materials necessary to replace 96 units with 133
quality designated family housing units. This is a repair by
replacement project and shall include subsurface utilities. Work shall
include, but is not limitedto, design engineering, and construction of
a complete and usable project consisting of all necessary site
clearing, grading, demolition, improvements, structures, and off-site
work as required. Special consideration shall be given to energy
efficiency, relationship to the physical and visual environment and
reduce maintenance. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN
UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The Standard
Industrial Code is 1521 and the annual size standard is $17 million.
The estimated cost for the seed project is between $10,000,000 and
$25,000,000. It is recommended that subcontracting goals reflect a
minimum goal of 45% Small Business, 25% Small Disadvantaged Business,
8% Women-Owned Small Business, 1% HUBZone (if applicable), and 1% for
Utilization of Locally-Owned Business Subcontracting Effort. A site
visit is scheduled for August 5, 1999 at 10:00 a.m. local time. The
point of contact for the site visit is Ensign Jonathan Witham at (760)
830-7434. Those attending need to bring a valid driver's license,
proof of insurance, and registration. The point of contact for the
preproposal conference is Lisa Crawford, Contract Specialist at (619)
532-1261 (voice) and (619) 532-4789/3180 (fax). The preproposal
conference is scheduled for August 6, 1999 at 10:00 a.m. local time.
Note: Plans and specs for this project will be available only over the
internet at http://www.efdsw.navfac.navy.mil/home.htm as an Electronic
Bid Set (EBS). Plan holders lists will not be faxed and will be
available only at the Internet website address listed above. The
response time required by FAR 5.203 will begin on the date of issuance
of the EBS solicitation. TELEPHONE REQUESTS WILL NOT BE ACCEPTED FOR
SOLICITATION PACKAGES. Southwest Division, Naval Facilities Engineering
Command, 1220 Pacific Highway, Building 127, San Diego, California.
Note: Plans and specs for this project will be available only over the
Internet at http://www.efdsw.navfac.navy.mil/home.htm as an Electronic
Bid Set (EBS). Plan holders lists will not be faxed and will be
available only at the Internet website address listed above. The
response time required by FAR 5.203 will begin on the date of issuance
of the EBS solicitation. TELEPHONE REQUESTS WILL NOT BE ACCEPTED FOR
SOLICITATION PACKAGES. Posted 07/22/99 (W-SN358020). (0203) Loren Data Corp. http://www.ld.com (SYN# 0175 19990726\Y-0033.SOL)
Y - Construction of Structures and Facilities Index Page
|
|