Loren Data Corp.

'

  
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