Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,2000 PSA#2547

NAVFAC Field Office, Officer in Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225

Y -- MULTIPLE AWARD CONSTRUCTION CONTRACT -- CONSTRUCTION, DESIGN BUILD FOR AREAS OF RESPONSIBILITY -- TWO PHASED DESIGN/BUILD SOL N62467-00-R-3144 DUE 040300 POC S. L. Burgdoff, Contract Specialist at (850) 452-4616, Ext. 130 or e-mail address burgdoffsl@efdsouth.navfac.navy.mil; Contracting Officer: B. J. Anderson THIS SOLICITATION IS HEREBY ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. General Overview: This procurement is for one solicitation resulting in the award of up to three Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build contracts. The Two-Phase Design-Build Request for Proposal procedures of FAR 36.3 will be utilized for this procurement. The work will be concentrated at the following locations: Pensacola, FL area; Panama City, FL Area; and Gulfport, MS Area (all activities within approximately a 50 mile radius of each location) and all Outlying Landing Fields (OLF's) of Pensacola, FL. This solicitation will result in the award of up to three indefinite quantity desing-build contracts with firm fixed price task orders. The total estimated value for all three contracts over the three-year period is $25,000,000. Each contract will be for one base year and two option years. The antinipated range for each task order is between $25,000 and $2,500,000, with most tak order falling in the range of $25,000 -- $500,000. After award of the initial contracts, the three successful offerors will compete for tak orders based on either Best Value to the Government or Lowest Price Technically Acceptable. The successful offerors will be encouraged to submit technical and price proposals on all future task orders. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offeror and are not directly reimbursable by the Government. Task orders will require multi-disciplined design services in all aspects of general building construction for new and renovation projects includingcomprehensive interior design, lead and asbestos abatement. Projects will also require incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of building types projects to be awarded during the term of this contract. Professional registration or certification is required in the state where the projects are located (Florida and Mississippi) as needed to obtain construction environmental permits and to comply with agency regulations. All lead designers must be registered/certified in their discipline. For example, Fire Protection Engineers must be registered in the discipline of Fire Protection Engineering. Additionally, designers must be registered/certified in the state of Florida or Mississippi as required to obtain construction environmental permits and comply with agency regulations. All work will be designed in accordance with applicable military handbooks. Permits will be the design-builder's responsibility unless otherwise stated below. Phase I of the procurement process is a narrowing phase to approximately 5-7 offerors (design-build teams) based on design-build factors that include: FACTOR a: Past Performance; FACTOR B: Small Business Subcontracting Effort: FACTOR C: Technical Qualifications; FACTOR D: Scheduling; and FACTOR E: Management Approach. Phase I design-build factors relate to the base year and 2 option years IDIQ contract requirements for general building type projects including administrative, training, dormitory, and community support type facilities, not just the seed project identified in Paart 4 of Document 00150 of RFP. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the seed project. The Phase II technical proposal will require preparation of a limited design solution for the seed project; Small Business Subcontracting Effort; and other factors that define the quality of construction. Price proposals will include total evaluated price, such as, evaluation of scope/design options within the Government's published budget for award; and evaluation of modification markups and overhead. The best value proposal for the seed project will be awarded a project and an IDIQ design-build contract for the base year and two option years. SPECIALIZED PROJECT REQUIREMENTS (SEED PROJECT): This seed project is for the design and construction (design/build) of an HVAC System, Building 625D. The work includes removing a Carrier 30-Ton Air Handler Unit, performing an Engineering Study to redesign the system, and replacing the Air Handler Unit and associated parts specified in the Engineering Study. The estimated cost of construction is between $100,000 -- $200,000. IT IS THE INTENT OF THE GOVERNMENT TO AWARD UP TO THREE CONTRACT. THE SEED PROJECT IDENTIFIED IN THIS SOLICITATION WILL BE AWARDED IN BEST VALUE FASHION, WITH THE REMAINING CONTRACTORS RECEIVING MINIMUM GUARANTEES IN THE AMOUNT OF $75,000 EACH. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS. The Government reserves the right to reject any and all proposals at any time prior to award; to negotiate with any or all offerors; to award the contracts to other than the offerors submitting the lowest total price; and to award to the offerors submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. TO ORDER PLANS AND SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 15 March 00. To obtain the Phase I solicitation, offerors must register on the Internet at http://www.esol.navfac.navy.mil. The firms selected to participate in Phase II will be able to access plans and specifications for the Seed Project on or about 15 June 2000 on the WEB only. Additional instructions will be provided on the web page. The official plan holder's list will be maintained and can be printed from the web site. Amendments will be posted on 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 proposals due or number of amendments issued, contact Ms. Sharon Burgdoff at (850) 452-4616, Ect. 130. Technical inquiries must be submitted via Internet to Ms. Burgdoff at burgdoff@efdsouth.navfac.navy.mil. Any inquiries submitted in writing will not receive a response. Inquiries should be submitted via Internet at least 15 days before proposals are due. Estimated cost for the seed project is between $100,000 -- $200,000. Estimated duration of this contract is 200 calendar days. The Standard Industry Code (SIC) is 1711, Plumbing, Heating and Air Conditioning. The Size Standard is $7,000,000. (This is for Seed Project Only) Posted 02/28/00 (W-SN429133). (0059)

Loren Data Corp. http://www.ld.com (SYN# 0116 20000301\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page