COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,2000 PSA#2654 Southwest Division, NAVFACENGCOM, Regional Contracts Team/02 Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES SOL N68711-00-R-0215
DUE 091400 POC Contract Specialist, Laura J. Smith, 619-532-3083 WEB:
smithlj, http://esol.navfac.navy.mil. E-MAIL: smithlj,
smithlj@efdsw.navfac.navy.mil. Final Notice: THIS SOLICITATION IS BEING
ADVERTISED ON AN "UNRESTRICED" BASIS INVITING FULL AND OPEN
COMPETITION. The procurement consists of one solicitation with the
intent to award three or more Indefinite Delivery Indefinite Quantity
(IDIQ) Construction Contracts to the proposer(s) whose proposal(s),
conforming to the RFP, will be most advantageous to the Government
resulting in the Best Value, cost or price and other factors
considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE
LOWEST PRICE. THE GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS
THEREFORE, OFFERORS'S INITIAL PROPOSALS SHOULD CONTAIN THE OFFFERORS'
BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The
Government reserves the right to award only one contract covering the
project identified in the RFP if the minimum guarantee of funds is not
available for three or more awards. The Government further reserves
the right to award the remaining two or more contracts within 365
calendar days from the date of notification of selection upon the
availability of funds for the minimum guarantee. This is an indefinite
delivery indefinite quantity (IDIQ) contract with no pre-established
fixed contract prices. The actual amount of work to be performed and
the time of such performance will be determined by the Contracting
Officer or his properly authorized representative, who will issue
written Task Orders to the Contractor. Award of Task Orders will be on
a firm fixed price basis. The work to be acquired under this
solicitation is for General Construction -- Nonresidential Buildings,
other than Industrial Buildings and Warehouses (SIC Code 1542). It will
consist of new construction and design/build for new construction;
renovation, alteration, repair, and associated architecture/engineering
work at various locations within Southwest Division's Area of
Responsibility (AOR), including Engineering Field Activity Northwest as
deemed necessary to meet workload requirements. Work may be located in
Arizona, California, New Mexico, Alaska, Washington, Oregon, Montana,
Idaho, Nevada and Utah as deemed necessary to meet the division's
workload requirements. However, it is anticipated that the majority of
the work will be performed in California, Arizona, Nevada and New
Mexico. Types of nonresidential buildings in SIC Code 1542 include, but
not limited to, administration buildings, hospital and medical
buildings, auditoriums, commercial buildings, fire stations, garages,
office buildings, and prefabricated buildings, etc. In support of
design-build work, the contractor shall employ the services of an
architect/engineering professional experienced in the coordination of
multi-discipline architectural/engineering design efforts in all
aspects of general building for new and renovation projects including
comprehensive interior design and lead and asbestos abatement. The SIC
Code is 1542. The annual size standard is $27.5 million effective July
17, 2000. Individual Task Orders/Projects may also require
incorporation of sustainable features. Multiple design teams may be
proposed on individual task orders to satisfy a variety of building
types projected to be awarded during the term of the contract.
Architectural/Engineering (A/E) firms their subsidiaries and affiliates
that were involved at the RFP or design stage of a project may not be
proposed or used on the relative project. The Contractor's
architect/engineering team shall accomplish all discipline
coordination. The Government shall not coordinate the work for the
contractor. Projects assigned to the IDIQ contract(s) use the Solution
Order Concepts approach to scope and price the work. After award of
the initial contract(s), each awardee shall be provided a fair
opportunity to be considered for each task order, except under those
circumstances described in FAR 16.505 (b)(2). Award factors will vary
depending on the unique requirements for each task order and may be
competed on the basis of price, best value or technically acceptable,
low-price selection procedures. The subsequent task orders may be
performance oriented tasks requiring minimal design, may occasionally
be complex construction requiring design development for design-build
construction or a combination of both. 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 order will
be scoped by the Government/Contractor Team in order to develop a
mutually agreed upon Statement of Work. The awarded task order will be
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 a
task order. If a contractor selects not to attend the site visit and
submit a proposal, the contractor shall provide written notification to
the Contracting Officer within two days, of receipt of either a written
or oral scope of work. The basic contract period will be for 12 months
(or earlier as determined by the Contracting Officer after the maximum
contract amount of $150 million is ordered by the Government). The
contract contains four (4) 12-month options for a total maximum
duration of 60 months or an aggregate value of $150 million, whichever
occurs first. The minimum task order amount for this contract is
$3,000,000. However, task orders less than $3,000,000 may be issued to
satisfy the minimum guarantee. At such a time as the pending
reinstatement of the Small Business Set-Aside is enacted and a Small
Business Set-Aside MACC Contract for Standard Industrial Code (SIC)
1542 is awarded, the minimum task orders under this contract will
increase from $3,000,000 to $10,000,000. The only work authorized under
this contract is work ordered by the Government through issuance of a
Task Order. The Government makes no representation as to the number of
Task Orders or actual amount of work to beordered, however, during the
term of the contract, a minimum of $50,000 is guaranteed to be ordered
to each awardee, under the basic performance period of the contract.
Contractors are not guaranteed work in excess of the minimum guarantee
specified herein. The recommended subcontracting goals for the Total
Contract Value (Base and All Option Periods) are as follows:
Woman-owned Small Business: 8%; Small Disadvantaged Business: 15%;
HubZone Small Businesses: 1.5%; Utilization of Locally Owned Small
Businesses: 1.5% (for work in remote locations, i.e., Barstow, China
Lake, Yuma etc.); and Other Small Business: 25%. Selection for award
will be based on evaluation of the following criteria: 1: Contractor's
Past Performance (within the past three (3) years; 2: Subcontracting
Effort of the Total Contract Value (Base and All Option Periods); 3:
Contractor's Experience (within the past five (5) years and 4: Price
with price being evaluated based on the proposed priced of the first
task order. The first task order, Task Order 0001, Applied Instruction
Facility, will include the demolition of one building, the relocation
of a portable storage building, remodeling of existing locker room and
construction of a new two (2) story classroom building with concrete
spread footings, slab on grade and concrete deck for the second floor
over metal deck and steel framing. Exterior walls are of concrete
masonry and precast concrete panels. Built-up roofing is laid over
metal deck and steel structural system. Interior walls include masonry
and gypsum board over metal studs. Work includes interior finishes,
landscaping mechanical, plumbing and electrical systems and incidental
related work. The work shall be located at the Naval Amphibious Base
Coronado, California. A site visit is scheduled for 29 August 2000. All
individuals wishing to attend the site visit must pre-register, on the
following web site: esol.navfac.navy.mil prior to 3:00 p.m. on 24
August 2000. No un-registered attendees will be permitted to attend the
site visit. All attendees shall meet at Building 99, Naval Station San
Diego at 9:00 a.m. sharp. All attendees will be bused from Building 99
to the project site. No private vehicles will be permitted at the site
visit. All attendees shall be required to present a picture ID
(driver's license) and to sign a sign in sheet prior to loading the bus
and upon leaving the site visit. Due to limited space it is requested
that no more than two representatives from each proposal to be
submitted attend the site visit. A pre-proposal conference is scheduled
for 29 August 2000 at 1:00 p.m. sharp. The conference will be held at
the Holiday Inn located between Pacific Highway and Harbor Drive.
Parking is available from the Pacific Highway entrance just north of
1220 Pacific Highway. Registration for the conference is located at the
web site shown above. This solicitation is being offered in hard copy
only. Copies of the plans and specs will be mailed only to those firms
registered on the plan holders list at the web site shown above. Plans
and Specifications will be available on or about 15 August 2000.
Proposals are due 14 September 2000. NOTE: EFFECTIVE ON ALL
SOLICITATIONS ISSUED AFTER 31 MARCH 1998, YOU MUST BE REGISTERED IN THE
CENTRAL CONTRACTOR REGISTER (CCR) PRIOR TO AWARD OF A DoD CONTRACT. FOR
MORE INFORMATION SEE THE CCR WEB SITE at www.ccr.edi.disa. The official
plan holder's list will not be faxed. IT IS THE OFFEROR'S
RESPONSIBILITY TO CHECK THE WEB SITE DAILY FOR ANY AND ALL AMENDMENTS
TO THIS SOLICITATION. The response time set by FAR 5.203 will begin on
the date of issuance of the solicitation. Note: Joint venture offerors
shall submit their joint venture agreement with their proposal.
Offerors participating in teaming/partnership agreements for this
procurement shall submit their teaming/partnership agreements with
their proposal. Each agreement shall demonstrate the relationship
between firms and identify contractual relationships and authorities to
bind the firm/joint venture/team/partnership. The joint venture or
teaming/partnership agreements will not be rated. However, they will be
utilized as a reference tool in determining the validity of and or risk
associated with this or any other factor in the offeror's proposal. The
agreement will not count in the page limitation. Additionally, the name
of each entity within a joint venture/teaming arrangement or
partnership shall be shown in Block 14 of the Standard Form 1442
submitted with the proposal. For inquires contact Laura Smith, Contract
Specialist via email at: smithlj@efdsw.navfac.navy.mil. Posted 07/28/00
(D-SN480108). (0210) Loren Data Corp. http://www.ld.com (SYN# 0095 20000801\Y-0009.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on July 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|