Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2000 PSA #2684
SOLICITATIONS

Z -- MODIFICATIONS-MAINTENANCE, REPAIR AND ALTERATION OF REAL PROPERTY, MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) PRIMARILY IN THE STATES OF NH, ME, MA AND VT

Notice Date
September 11, 2000
Contracting Office
Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090
ZIP Code
19113-2090
Solicitation Number
N62472-00-R-0811
Response Due
October 31, 2000
Point of Contact
Mrs. Patricia hemingway, Contract Specialist, 610-595-0829
Description
This is a Modification Notice: Contractors who are interested in obtaining the CD-Rom should submit their request on your company letterhead the following information: Solicitation Number and Title of Project, Complete Address, Point of of Contact, Area code and phone number, Area code and fax number, E-mail address, identify whether the firm is a prime contractor, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged business, large business and if the firm is a women owned business along with a Company Check, Cashier's check or Money Order in the amount of $16.00 and mail to DEFENSE AUTOMATED PRINTING SERVICE, BUILDING 4-D, ATTN ROY BOWSER, 700 ROBBINS AVE., PHILA., PA 19111-5094. Each check must be payable to the SUPERINTENDENT OF DOCUMENTS and annotated with the applicable solicitation number. The CD-Rom will be sent via First Class U.S. Mail upon availability to those contractors whom have rendered payment. If a contract number is not annotated as required or your check is not made payable to the SUPERINTENDENT OF DOCUMENTS, your check will be returned unprocessed. (NO PERSONNEL CHECKS OR CREDIT CARDS WILL BE ACCEPTED). All Contractors must register on the "ESol Website at http://www.esol.navfac.navy.mil Notification of any changes to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site daily for any posted changes to this solicitation. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The SIC (Standard Industrial Classification) is 1541, General Contractors Industrial Buildings and Warehouses and the Small Business Size Standard is $27.5 million. This solicitation will result in award of a Multiple Award Construction Contract (MACC). The MACC will include up to four (4) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The work contemplated under this procurement shall include maintenance, repair, alteration, and construction.(which may include design/build services) for buildings and structures and related systems and equipment. Projects may include asbestos removal and demolition. The work will be concentrated at, but not limited to the Northern New England region which includes Maine, Massachusettes, New Hampshire and Vermont. Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a Best Value evaluation with evaluation factors, other than price, when combined, are significantly more important than price. Source Selection procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1) Past Performance, 2)Management Approach, 3)Specialized Technical Experience, Expertise and Qualifications, and 4)Commitment to Small Business Concerns. The offeror will be required to provide information regarding their construction phasing and their construction team. The Request for Proposal package will be available 29 September 2000 and the estimated receipt of proposals date is 4:00 p.m. on 31 October 2000 at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. The maximum value of this contract will be $15 million over the 5 years of contract performance. A bid guarantee will be required to be submitted with the proposal in the amount of $1.0 million to remain in effect throughout the full term of the contract. The anticipated range for each task order will generally be between $100 thousand and $3 million dollars. The scope of the seed project shall include the construction of a combined aircraft rinse rack and deicing facility at the Naval Air Station, Brunswick, ME. The rinse rack will service P-3 aircraft. The work includes demolition of a portion of an airfield ramp and construction of a pump house with an integral water tank and vertical turbine pump. Also included are water mains under an active airfield ramp using horizontal drilling, a collection trench and storm water piping, an oil/water separator, a pad-mounted three-phase transformer, a supervisory control and data acquisition system (SCADA) to control the rinse rack operation, and incidental related work. The deicing facility construction includes: a diversion valve pit; a submersible lift station; sewer piping under an active airfield ramp using horizontal drilling; an above-ground storage tank; a transfer pump and tanker truck filling station with a containment pad; a SCADA control system; and incidental related work. The estimated cost of construction for the seed project is between $1.0 and $5.0 million and includes a period of 260 calendar days for completion of the work. Two options will be included for the seed project in this solicitation. Option 1 includes all work (materials, labor and supervision) required for the installation of Taxiway "G" extension and associated electrical work, at the Naval Air Station, Brunswick ME. The taxiway G extension includes construction of a taxiway between an existing and active taxiway that will be closed during construction; an existing active in-board runway that will remain active during construction, airfield lighting, electrical regulator, and incidental related work. The estimated cost for Option 1 is between $100,000.00 and $500,000.00. Option 2 includes all work (materials, labor and supervision) required to furnish and install double contained pipe in lieu of single contained pipe for the waste glycol in the deicing facility, at the Naval Air Station, Brunswick ME. The estimated cost for Option 2 is between $100,000.00 and $250,000.00. Both options are anticipated to be exercised at the time of award or within 180 calendar days after award of the contract and will result in the complete Aircraft Rinse Rack and Deicing Facility and Extension of Taxiway G, at the Naval Air Station Brunswick, ME. Davis Bacon Wages will be applicable to this project. The seed project will not require design services. The minimum guarantee will be met when the seed project is awarded under the RFP N62472-00-R-0811 for the first contract award. Each of the remaining up to four contracts awarded will contain a minimum guarantee of $5,000.00 over the five years of contract performance. It is anticipated that the first contractor who is awarded the seed project will meet the minimum amount of their contract. If the second through possibly the fourth contractors awarded contracts are 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 task orders meeting the minimum guarantees. Source Selection evaluation procedures on subsequent individual task orders will be at the discretion of the Contracting Officer. All contractors awarded a contract will competitively quote on the subsequent task orders. Award of a task order may be made to only one firm if it is necessary to place an order to satisfy a minimum guarantee. Failure to submit technical and/or price proposals on future task orders may result in the Government not placing future orders on the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require multi-disciplined design services in all aspects of building construction for new and renovation projects. All key professional disciplines (architectural/engineering) shall be registered. This acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4 "Notice of Price Evaluation Preference for Hubzone Small Business Concerns". Any question, please call Mrs. Patricia Hemingway at 610-595-0829 or fax her at 610-595-0644.
Record
Loren Data Corp. 20000913/ZSOL016.HTM (W-255 SN495082)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on September 11, 2000 by Loren Data Corp. -- info@ld.com