|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Z -- AIRFIELD PAVING MACC, MARINE CORPS AIR STATION, YUMA, AZ SOL
N68711-00-R-8309 DUE 040500 POC Mike Schriefer, Contract Specialist,
619.532.3575 WEB: Click here to view further information and download,
http://esol.navfac.navy.mil. E-MAIL: Click here to contact the Contrct
Specialist via e-mail, schriefermk@efdsw.navfac.navy.mil. This
procurement consist of one solicitation with the intent to award three
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. Best Value, experience, past performance, cost or price,
and other factors will be considered. The contracts will be for a base
period of one year with four one-year option periods. The Government
reserves the right to award less than or more than three contracts
under this solicitation or to award only one contract covering the seed
project identified in the RFP if funds are not available for the
minimum guarantee for three or more awards. 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 $50,000,000.00. The
IDIQ work will be new and repair horizontal (i.e. roads, Taxiway, and
runways) and vertical (i.e. Explosive storage Facilities, retaining
walls,) concrete design and construction, A/C milling and paving, site
work, earthwork miscellaneous routine renovation, alteration, repair,
minor construction, architecture-/engineering design of construction
facilities, and utilities necessary to provide fully functional
facilities at various locations in the state of Arizona. Construction
schedules will be determined for each project at the issuance of each
task order. The Contracting Officer will indicate the exact location of
each task order. Projects assigned to these IDIQ contracts will use the
Multiple Award Construction Contract (MACC) approach to scope and price
of the work. After award of the initial contracts, each awardee shall
be provided an opportunity to propose on each follow-on task order,
except under those circumstances described in FAR 16.505 (b)(2). The
first IDIQ construction contract for the three or more awardees of the
MACC will be awarded with a firm fixed price. The initial project is
100% designed. Evaluation of award will be based on the following
technical factors (1) Past Performance, including subcontracting
effort. Provide as a minimum a matrix containing the following: project
description; percentage of work performed by your firm, project
location, owner's P.O.C. with phone numbers, award amount, completed
cost, completion dates (original & actual); discuss your firm's quality
control plan; provide information on how well your Q.C. plan worked and
why, how well your schedule worked and any problems, customer
highlights, provide a copy of any awards. Provide information on the
work performed by subcontractors and those for whom you were a
subcontractor on the projects listed, and which subcontractors are to
be used on this contract. Provide any additional information that will
help the selection panel determine how well you will perform on this
contract. Information should be on project complete within the last 3
years. This selection should contain no more than 10 pages. It is the
responsibility of the proposer to ensure that the information provided
for points of contact for the owners is current and accurate. Value of
technical factor 1 is 25%. (2) Technical ability with sub-factors
including: (2A) Experience in extreme deserts environment -- Provide a
description of a minimum of the last five Portland cement concrete
paving projects completed by your firm in extreme desert environments.
Include in the scope of the project description the square yards,
thickness, reinforcement and subgrade preparation requirements. Include
a list of key company personnel assigned to each project and
sub-contractors who participated in each project. -- Provide a
description of a minimum of 5 of the firm's most recent bituminous
asphalt pavement paving projects completed by your firm in extreme
desert environments. Include in the project description the total
square yards of asphalt, thickness and subgrade preparation
requirements. Include a list of key company personnel assigned to each
project and subcontractors who participated in each project. --
Provide the resumes of eight key team personnel, to include
subcontractors, who will be doing the design and quality control
(design and construction) of this contract. Resumes should show
education; industry held certifications and training and work
experience with Portland cement/ bituminous concrete/asphalt concrete
and general construction in extreme desert environments. Personnel
should be with company/firm for at least one year. (2B) Technical
approach. Discuss how your firm will approach the initial project
because of its location, type of contract, type of work. Describe your
QC plan, warranty, and schedule. (2C) Capacity to Accomplish Work:
Discuss your firm's capacity to accomplish this project. Discuss your
firm's ability to expand or execute multiple construction project task
orders if you are awarded this contract. Describe your firm's
equipment resources available for use on this first delivery order and
subsequent multiple delivery orders for both Portland cement and
bituminous asphalt concrete projects. Value of technical factor 2 is
50%. This selection should contain no more than 30 pages. (3) Pricing
of full plans and specifications for N68711-00-R-8309. Provide a
detailed cost break down. This project will provide for the removal and
replacement of approximately 5,100 square yards of new Portland cement
concrete (PCC) for a new rotary aircraft parking apron. This project
is part of a five- (5) phase program to construct a helicopter parking
apron capable of accommodating up to 20 small helicopters. Project
drawings and specifications will be provided. Value of technical factor
3 is 25%. Successful offer's will receive the following contract
awards: Best value receives the initial project with award; 2nd, 3rd,
and any additional selected contractor will each receive award with a
minimum guarantee of $5000 for the base year. All contractors must
competitively bid on subsequent task orders. These subsequent projects
may be complex performance oriented tasks requiring preparation of
construction specifications and drawings. They will be scoped by the
government/contractor teams and may not have traditional plans and
specifications. Scopes may include one or more of the following:
sketches -- final use requirements, 15, 35, or 100% designs packages
(drawings and/or specifications), or requests for catalog cuts or other
submittals. The salient requirements of the Task Order will be scoped
by the government/contractor teams in order to develop a mutually
agreed upon statement of work. Award factors will vary depending on the
unique requirements for each task order and may be competed on best
value, technically acceptable or low-price selection procedures.
However pricing and experience will weigh heavily. 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 all MACC Project Job
walks and submit proposals. Failure to participate responsibly in Job
walks and submitting proposals on Task Orders may result in the
Government not exercising the option to extend the contract for an
additional year. Only the selected contractors will be permitted to
propose on the task orders. Proposals from other contractors will not
be accepted. A minimum of two proposals will satisfy the competitive
requirements of MACC and preclude the necessity of soliciting for a
replacement contractor if for any reason one of the contracts is
terminated or one of the proposers is not able to participate in the
process. Failure to participate responsibly in the task order process
may result in forfeiture of the minimum guarantee amount. THIS
SOLICITATION IS HEREBY BEING ISSUED 100% SET-ASIDE FOR SMALL BUSINESS
CONCERNS, SIC CODE 1629. Plans and specifications will be available on
1 March 2000. Plans and specs for this project will be available and
issued on CD-ROM media and over the Internet at address
http://esol.navfac.navy.mil as an Electronic Bid Set (EBS). The
response time required by FAR 5.203 would begin on the date of issuance
of the EBS solicitation. EBS solicitation packages may be acquired by
registration at the Internet website address listed above. Telephone
requests will not be accepted for solicitation packages. Plan holders
lists will be available at the Internet website address listed above.
The Standard Industrial Code 1629 is $17 million. A pre-proposal
conference is scheduled for 16 March 2000 at 1:00 PM, MCAS, Yuma, AZ.
Posted 02/10/00 (W-SN424105). (0041) Loren Data Corp. http://www.ld.com (SYN# 0148 20000214\Z-0012.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|