Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536

SOUTHWESTNAVFACENGCOM, 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