COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660 Commander, Southern Division, Naval Facilities Engineering Command,
2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 Y -- TECHNICAL TRAINING FACILITY, KEESLER AFB, BILOXI, MS SOL
N62467-99-R-0881 DUE 091500 POC POC: Debby Taylor, Code 0212, FAX
#(843) 818-6313 THIS SOLICITATION IS ADVERTISED AS UNRESTRICTED. This
procurement will result in the award of four (4) separate indefinite
quantity (IDIQ) design-build construction contracts for general
building type projects including design and construction, phased work,
demolition and abatement of hazardous materials, and community support
type facilities for activities in the states of Mississippi and
Louisiana managed by Southern Division Naval Facilities Engineering
Command. The work will be at the following primary locations:
MISSISSIPPI AND LOUISIANA (The majority of the work will be for the
Mississippi Gulf Coast). Proposers will be evaluated using the
Two-Phase, Design-Build, Request for Proposal (RFP) procedures that
result in awards based on Best Value to the Government -- cost or price
or other factors considered. Three seed projects as well as one minimum
guarantee will be awarded through evaluation of competitive proposals.
Each contract will be for one year with three option years. The
anticipated workload is 85 million over the life of all contracts and
the maximum combined value of all contracts will not exceed 200
million. Projects will vary in size from around 3 million to 15 million
with the average project in the 3-5 million range. Participation in all
future task orders is required to maintain each contract in good
standing. Failure to participate could result in the Government
exercising its right to not award follow-on option years. The seed
project includes the design and construction of one permanent, (10,300
square meters) masonry building and demolition of one (12,948 square
meters) masonry classroom building. This project includes phased work,
demolition and abatement of hazardous materials including lead,
asbestos and PCBs. The project includes the design and construction of
a permanent, masonry/steel building technical training building. The
facility will contain classrooms, offices, storage, and utility spaces.
The project includes integrated site development, utility, and
incidental work to provide a complete and usable facility. Trades
include: masonry, steel, fire sprinklers, manual and automatic fire and
smoke detection, gypsum wallboard walls and ceilings, variable air
volume space conditioning, plumbing, mechanical, elevators, elevator,
electrical, telephone raceways, data network, CATV, lightning
protection, landscaping with irrigation, paving, utilities, hazardous
materials abatement (asbestos and lead), and other specialties.
Underground utilities may require special handling procedures, due to
hazardous materials. The design shall conform to criteria and
specifications provided by the Government. The project is subject to
Congressional action. There will be 90 calendar days from contract
award to exercise option 1 Electrical Standby Generator. Except when it
is determined in accordance with FAR 17.206(b) not to be in the
government's best interests, the government will evaluate offers for
award purposes by adding the total price for all options to the total
price for the basic requirement. The Government will award a contract
resulting from this solicitation to the responsible proposer whose
proposal conforming to this solicitation will be the "BEST VALUE" to
the Government, price and technical factors considered. This
procurement will consist of Two (2) Phases. Phase I: Proposers will be
evaluated on: (1) Past Performance, (2) Small Business Subcontracting
Effort, (3) Technical Qualifications and (4) Management Approach. The
highest rated proposers, typically 3 to 5, will advance to Phase II.
The Government will then request the Phase II proposal. Phase II:
Qualified Proposers will be evaluated on: (a) Past Performance (same as
Phase I unless conditions change), (b) Small Business Subcontracting
Effort, (c) Technical Solutions, (d) Scheduling, and (e) Technical
Qualifications (same as Phase I unless conditions change), and (2)
Price Proposal. 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 submitting
the lowest total price; and to award to the proposer submitting the
proposal determined by the Government to be the most advantageous to
the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT
DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore,
proposals should be submitted initially on the most FAVORABLE terms.
Proposers should not assume that they will be contacted or afforded an
opportunity to qualify, discuss, or revise their proposals. FIRMS
SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. FOR
SPECIFICATIONS: There is a $ 152.00 Non-Refundable Charge for each set
of Specifications. To obtain Specifications you may CHARGE your
request to a CORPORATE VISA CREDIT CARD or make company check payable
to SUPERINTENDENT OF DOCUMENTS and send to: THE DEFENSE AUTOMATED
PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC
29415 (FOR FEDERAL EXPRESS: THE DEFENSE AUTOMATED PRINTING SERVICE,
ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE "D" NORTH, CHARLESTON, SC
29408-1802). PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR,
SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE: (1) A POINT OF CONTACT,
(2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise
concerning your request, call RONNIE MITCHUM at 843/743-4040. Offerors
must register themselves on the Internet at
http://esol.navfac.navy.mil/. The Plans and Specs are also available on
the Internet for viewing and downloading although the download time may
be excessive. The official plan holders 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. Plan
Holders list Internet address is http://esol.navfac.navy.mil/. For
inquiries about Proposals Due or Number of Amendments issued, contact
Susan Clark at 843/820-5775. Technical Inquiries must be submitted in
writing 15 days before Proposals are Due to the address listed above,
or faxed to 843/818-6313, Attn: Deborah Taylor, Code 0212DT. Seed
project -- Estimated cost is between $10,000,000.00 and $15,000,000.00
and estimated duration of the contract is 960 days for completion.
Posted 08/07/00 (W-SN483029). (0220) Loren Data Corp. http://www.ld.com (SYN# 0140 20000809\Y-0007.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on August 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|