Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,2000 PSA#2618

OIC/ROICC Camp Lejeune, NAVFACENGCOM Contracts, 1005 Michael Rd, Camp Lejeune, NC 28547-2521

Z -- INDEFINITE QUANTITY (IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR SOL N62470-00-R-5004 DUE 080100 POC Bobby Black, 910-451-5598; Fax: 910-451-5629; Email: blackrm@lejeune.efdlant.navfac.navy.mil E-MAIL: P.O.C.: Bobby Black, blackrm@lejeune.efdlant.navfac.navy.mil. This procurement is for one solicitation resulting in the award of up to four Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible offerors 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 four contracts if sufficient number of acceptable proposals are not submitted to make more awards. The work will consist of painting and miscellaneous general repairs with associated lead and asbestos abatement and incidental related work. Primary location of work will be performed on U.S Marine Corps Base, Camp Lejeune, North Carolina, and Marine Corps Air Station, New River, Jacksonville, North Carolina. However, other U.S. Government installations located in North Carolina are included in the scope of the resulting contract. 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 four contractors, will compete for task orders based on best value, low price or low price technically acceptable to the Government. The task order is written based on a Government/Contractor Team cooperative scoping of work. The work will consist of interior/exterior painting of various buildings and/or residential housing units with or without lead conditions, asbestos abatement, including, but not limited to, repair and/or replacement of any interior/exterior surfaces, and any general interior/exterior repairs. 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 four IDIQ Contract is $5,000,000.00. Construction schedules will be determined for each project at the issuance of each task order. The four best value contractors will be selected for the award of either the seed project or the award of one of the three contracts with a minimum guarantee of $20,000.00 to each successful offeror over the full term of the contract to include option years. The first IDIQ construction contract of the four will be awarded with a firm fixed price, 100% design as the seed project. This is an RFP, which requires submission of technical and price proposals. Evaluation for award will be based on technical factors including (A) Past Performance, (1) Projects of size and nature envisioned by this contract, (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 (a) Experience at Camp Lejeune Marine Corps Base and other military installations will be given greater weight, (2) Key Personnel, (3) Safety and Health and (4) Contractor Quality Control. Support for Small, Small Disadvantaged, and Women Owned Businesses has subfactors for (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-R-5004, Exterior Painting Basewide, Buildings: 14, 1728, AS-811, AS-848, AS-2800, AS-3515 and H-14 at Marine Corps Base, Camp Lejeune, North Carolina and Marine Corps Air Station, New River, Jacksonville, North Carolina, which has an estimated cost range of $25,000.00 to $100,000.00. After initial award of the seed project, the selected Contractor(s) will be required to participate with the Government in an on-site scoping meeting for any upcoming projects. The Best Value Contractor of the four IDIQ contracts will be awarded the seed project with the initial award. All four Contractors will compete on subsequent task orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. They will be scoped by the Government/Contractor team and may not have traditional plans and specifications but may include sketches and requests for catalog cuts and other submittals. The salient requirements of the task orders will be scoped by the Government/Contractor team in order to develop a mutually agreed upon Statement of Work (SOW). 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 performance scoped, 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 guarantee, 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 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 contract 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 four 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 offerors 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 1721 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. The successful Offerors must have the capability of receiving and submitting all documents in an electronic format. Successful Offerors must have internet access for browsing and receipt of electronic documents via email. Submitted electronic documents must be in PDF (Portable Document Format). Plans and specs will be available on or about 28 JUNE 2000. The estimated date for receipt of offers is on or about 1 AUGUST 2000. There is a $82.69 NON-REFUNDABLE charge for this solicitation package. To order, submit money order or company check payable to: The Superintendent of Documents and send to Defense Automated Printing Service, Attn: Bid Spec Desk, 80 Post Lane, Camp Lejeune, NC 28547-2527. Payment by credit card is no longer acceptable. DO NOT COMBINE PAYMENTS FOR OTHER SOLICITATIONS ON THE SAME CHECK. CD format is available for $78.50. A Planholder's list can be obtained from the above address for an additional NON-REFUNDABLE charge of $1.00. Please provide a point of contact, complete mailing address, telephone and facsimile numbers. PROVIDE STREET ADDRESS ONLY. DELIVERY CANNOT BE MADE TO POST OFFICE BOX. Only written requests accompanied by full payment will be honored for this solicitation. Call (910) 451-5050 for status of your order. IMPORTANT-Technical/Contractual and FOIA related inquiries should be directed in writing to OICC, 1005 Michael Road, Camp Lejeune, NC 28547 or via facsimile (910) 451-5629, attention Bobby Black. Posted 06/07/00 (W-SN462505). (0159)

Loren Data Corp. http://www.ld.com (SYN# 0156 20000609\Z-0020.SOL)


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