|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,2000 PSA#2513Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- IDIQ CONSTRUCTION AND SERVICES FOR SURVEYS, LEAD PAINT AND
ASBESTOS ABATEMENT WITHIN THE SOUTHERN DIVISION AREA OF RESPONSIBILITY
SOL N62467-99-R-0926 DUE 013100 POC Lauri Newkirk-Paggi, Contract
Specialist, 843-820-5696 NOTE: PREVIOUS SOLICITATION NOTICE DESCRIPTION
IS CANCELLED IN ITS ENTIRITY. DESCRIPTION: The Government intends to
issue this solicitation exclusively through the World Wide Web. The
entire solicitation, including all plans and specifications, will be
available for viewing and downloading at
http://www.efdsouth.navfac.navy.mil/eb/ All amendments will be posted
on the World Wide Web site for downloading. Prospective Offerors are
required to register on the solicitation web site. Only registered
prospective offerors will be notified via the World Wide Web of any
amendments. IT IS THE OFFERORS RESPONSIBILITY TO DOWN LOAD AND
ACKNOWLEDGE ANY AND ALL AMENDMENTS. Note: Official Plan Holder's list
will be maintained and can be printed from this web site. When
registering please indicate if you are a Prime Contractor,
Subcontractor, or Supplier. For inquiries about receipt of proposals
and number of amendments issued, contact Nikki Danner at (843)
820-5926. The work is primarily for Studies and Removal of Asbestos and
Lead-Based Paint Abatement for the area of responsibility of Southern
Division, Naval Facilities Engineering Command. The Government intends
to award one, not-to-exceed, $20 million, 8(a) set aside contract. The
contract period is a one year base and four (4) one (1) year options.
Each option year is estimated at, not-to-exceed, $4,000,000.00. If all
the options are exercised, the total contract will be for a maximum 5
year period. The purpose of this notice is to advise prospective
offerors this procurement will be accomplished using an advisory
multi-step process in accordance with FAR 15.202. This announcement
represents step one of the process. During step one, (Step I --
Pre-Solicitation Notice) the Government will use evaluation criteria to
provide recommendations to offerors on whether they appear to be a
viable competitor to participate in the acquisition. Step two, the
solicitation, will be the evaluation of the offerors' technical and and
cost proposal. At the discretion of the Government, -- Oral
Presentations may be incorporated. The following information is hereby
requested: (1) KEY PERSONNEL: Indicate Key Personnel, example: Program
Manager and members of the management team that will report directly to
the program manager, such as quality control manager, certified
industrial hygienist, project managers and contract administration
manger. Please identify the years of experience. (2) MANAGEMENT
APPROACH: Describe your management approach and whether you propose to
use your own resources solely; a joint venture; a teaming arrangement;
or other subcontract arrangement. Submit the actual organizational
charts for the prime and, if the contract is to be a team arrangement,
submit organization charts for each team member. Provide office
locations of the corporate headquarters, regional offices and other
offices for each team member. The submittal shall also be sufficiently
detailed to indicate the size, diversity, and organizational structure
of the team as a whole. Personnel on the organizational chart,
including support staff and team member/subcontractors, should be
identified by name, discipline, task area, company and office location.
The organizational chart shall clearly indicate reporting lines.
Describe how the proposed project organization team will function under
this contract relative to your home office organization. (3) PAST
PERFORMANCE: Create and complete a table consisting of the following
seven (7) columns for relevent completed projects within the last three
(3) ) years: Column 1 "Project Name and Location", Column 2 "Contractor
(You, Team Member, etc.), Column 3 Contractor Role (Include % of Work
Accomplished by Contractor in Column 2), Column 4 Contract Type (Fixed
Fee, Cost Plus Fixed Fee, etc.), Column 5 Project Description (Type of
Work), Column 6 Customer (Name, Address, and Phone Number), and Column
7 Government Officials who Monitored Project (EPA Regulators, etc.) If
numerous and similar source/removals/cleanups occurred under one
contract, complete one line for the multiple task contract. The form
should indicate your firm's role in each of the completed projects (and
percentage of work effort the firm was responsible for) and past
experience as a prime, joint venture, subcontractor in comparable
projects. Emphasize projects that provided lead and asbestos abatement
and surveys. All references shall contain the name, address, and
telephone number of the customer, as well as the names and telephone
numbers of Federal and State officials who monitored the project.
Confidential clients will not be accepted as references. For the
purposes of this section, a Completed Project will be defined as cost
reimbursable contracts and task orders that are physically complete and
for which final payment has been requested or made and fixed price
contracts where final payment has been made. Additional information on
these projects will be requested in the Request for Proposal (Step
II). The numbered criteria above will be evaluated individually and
holistically. Failure to submit information in any given area will
result in a recommendation of not being a viable competitor. A viable
contractor is one who provide satisfactory information in each of the
following areas: 1. Provided key personnel for each of the disciplines
required to accomplish the work described above. 2. A managment
approach that is efficient and clearly defines reporting lines. 3.
Satisfied past performance information for the type work that is
required by this solicitation. In addition, the information will be
viewed in a holistic context to determine if your information presents
a well-defined organization that has the capabilities to complete the
types of work (studies, remediation of Lead and Asbestos and surveys)
listed above in an efficient manner. The above information must be
submitted no later than 4:30 PM EST, 31 January 2000. Information may
not be submitted by facsimile. Step I information shall be no more than
15 pages in length, excluding title page and table of contents. Pages
will be numbered sequentially. Pages will be 8 " X 11". If a foldout
page (11"X17") is used, it will be counted as two pages. Any page after
the first 15 will not be reviewed. Step I submittals will be used in
conjunction with RFP (Step II) proposals. A letter will be provided to
each offeror, indicating whether or not the offeror appears to be a
viable competitor within 10 days of receipt of Step I information.
Questions pertaining to the acquisition should be faxed to Lauri
Newkirk-Paggi at (843) 820-5696. Oral questions will not be accepted.
All questions must be submitted in writing. For the second step of the
solicitation, offerors will be evaluated on a model project for the
contract award. It will consist of furnishing all labor, equipment,
materials, tools, services, testing, supervision transportation, and
incidentals necessary to perform the work preparing a detailed survey,
inventory and damage assessment of friable asbestos-containing
material (ACM) and Abatement. This will be a model project and will be
provided in the solicitation for pricing purposes. The evaluation
criteria for the solicitation are: (1) Past Performance (2) Key
Personnel (3) Management Approach (4) Technical Approach and (5) Price.
There will be a minimum guarantee of $20,000.00 for the base contract
only. This will be met by the first delivery order. The SIC code for
this proposed contract is 8744. Posted 01/07/00 (W-SN414192). (0007) Loren Data Corp. http://www.ld.com (SYN# 0130 20000111\Z-0019.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|