Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609

CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, PSC Box 8006, Cherry Point, NC 28533-0006

Z -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR REPAIR/REPLACEMENT OF HVAC/MECHANICAL SYSTEMS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA SOL N62470-00-D-3706 DUE 062700 POC Marsha Temple, Contract Specialist, (252) 466-475l E-MAIL: N62470-00-D-3706, TempleMG@efdlant.navfac.navy.mil. This procurement is for one solicitaion resulting in the award of up to five Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. The Government reserves the right to award fewer than five contracts if sufficient number of acceptable proposals are not submitted to make awards. The Government may consider volume of work under these contracts when requesting bids for new projects in order to affect an equitable distribution of work. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submiting the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageious to the Govenrment. PROPOSERS ARE ADVISED THAT AN AWARDMAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. The work will consist of HVAC/Mechanical with associated electrical work and incidental related work at Marine Corps Air Station, Cherry Point, North Carolina. Projects assigned to the IDIQ contracts will use the Multiple Award Construction Contract (MACC) approach to scope and price the work. After award of the initial contract(s), up to five contractors, will compete for task orders based on best value, low price or low price technically acceptable to the Government. The work will be demolition, repair, replacement, extension and modification of HVAC/Mechanical systems, steam and condensate lines, minor boiler repair, plumbing, piping, motors, controls and incidental work, including, but not limited to, painting, asbestos/lead paint abatement, architectural modifications, and related electrical work. Each contract will be for one base year with two one-year options. The total 3-year (base year and two option years) not-to-exceed amount for all five IDIQ contracts is $15,000,000.00. No one contract will be awarded or exceed $5,000,000.00 per annual year. Construction schedules will be determined for each project at the issuance of each task order. The five best value contractors will be selected for the award of either the seed project or the award of one of the five contracts with a minimum guarantee of $10,000.00 to each successful offeror over the full term of the contract to include the option years. The first IDIQ construction contract of the five will be awarded with a firm fixed price, 100% design as the seed project. This is a RFP, which requires submission of technical and price proposals. Evaluation of award will be based on technical factors including (A) Past Performance, (B) Management and Organization, and (C) Support for Small, Small Disadvantaged and Women Owned Businesses. Management and Organization has subfactors which are: (1) Corporate Experience, (2) Key Personnel, (3) Safety and Health and (4) Financial statement for the last 2 years, including Bonding Capability for projects of size and nature envisioned. Support for Small, Small Disadvantaged and Women Owned Businesses has subfactors (1) Subcontracting Past Performance and (2) Subcontracting Plan Effort. It will also be based on pricing full plans and specifications for the seed project, N62470-00-D-3706, Replace HVAC Systems, Rooms, 137, 148 and 151, Building 199, Marine Corps Air Station, Cherry Point, North Carolina, which has an estimated cost range of $100,000.00 to $250,000,000. The Best Value Contractor of the five IDIQ contracts will be awarded the seed project with the initial award. All five contractors will compete on subsequent task orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. Award factors will vary depending on the unique requirements for each task order, however, pricing will be weighted heavily. The awarded task order will be a firm fixed price task with a specific completion date. Should the second, third or fourth IDIQ Contractor be unable to competitively secure a task order to meet the minimum quarantee, award considerations may be modified in order to ensure each participating Contractor is awarded task orders meeting the minimum guarantee. All initial awarded Contractors will be required to participate in all MACC walk-throughs, if required, and submit proposals. Failure to participate responsibly in walk-throughs and failure to submit proposals on task orders may result in the Government not issuing additional task orders or exercising the option to extend the contact for an additional year. The contract will be awarded to the best value offeror in accordance with the requirements of FAR Part 15. Only the five selected Contractors will be permitted to propose on the task orders. Proposals from another Contractor 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 in the task order process may result in forfeiture of the minimum guarantee amount. Proposed contract is unrestricted with a SIC of 1711 and Size Standard of $7.0 million. No public bid opening will be held. A subcontracting plan is required, if the contract is awarded to a large business. Plans and specifications will be available on or about 19 June 2000 The estimated date for receipt of offers is on or about 19 July 2000. There is a $25.00 non-refundable charge per set for plans and specifications. Make Check or money order, payable to Disbursing Officer, DFAS, Kansas City Center. Mail to CG, MCAS, Cherry Point, Facilities, OIC, NAVFAC Contracts, PSC Box 8006, Cherry Point, NC 28533-0006. Posted 05/23/00 (W-SN457788). (0144)

Loren Data Corp. http://www.ld.com (SYN# 0233 20000526\Z-0032.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page