Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22, 2000 PSA #2732
SOLICITATIONS

Y -- MINI MULTI-AWARD CONTRACT (MAC) (TWO-PHASE, DESIGN/BUILD) RELIGIOUS MINISTRY FACILITY, NAVAL AIR STATION, FORT WORTH, TX

Notice Date
November 20, 2000
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-01-R-0257
Response Due
December 19, 2000
Point of Contact
Contract Specialist: Barbara Green, Code 0211BG. Contracting Officer: L. R. Fisk, Code 0211.
Description
This Solicitation is hereby being issued on an "UNRESTRICTED" Basis inviting full and open competition. This procurement is for one solicitation resulting in the award of up to four Design/Build Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts with firm fixed price task orders. The total estimated value for all four contracts is $10,000,000 for the term of the contracts. Task orders will range from $100,000 to $3,000,000. Each contract will be for a term of three years. One base year and two option years. One contract is being targeted for a competitive 8(a) and one is being targeted for a competitive HUBZone firm. For the competitive 8(a) concerns this solicitation is being restricted to the Dallas/Fort Worth SBA District Area. One contract will be awarded for the Religious Ministry Facility, which is considered as the Seed Project and the other three contracts will be awarded with a minimum guarantee of $50,000 for the term of the contract. These contracts will awarded to the offerors submitting a proposal considered in the best interest of the Government using the Best Value continuum process and tradeoff process in a negotiated acquisition. Description of the Seed Project is as follows: The work consists of demolition of an existing asbestos-containing wooden frame building, renovations to an existing Religious Ministries Structure, and new construction. The renovations include minor modification to administration building layout including some non load-bearing wall demolition, construction of new walls, doors, floor and wall finishing, ceilings, electrical work, and other miscellaneous associated work. The new construction includes a brick veneer building of approximately 5700 square feet containing administrative spaces, toilet facilities, a fellowship hall, and a kitchen. The structure should be designed to fit in with the existing Religious Ministries Structure. Estimated value of the seed project is $1,600,000. Description of the task orders is as follows: The subsequent task order project will be noncomplex tasks requiring professional design services. The work of these task orders is for alternations, renovations, mechanical/electrical modifications and selective demolition and new construction. The work will be concentrated, but not limited to the Naval Air Station-Joint Reserve Base, Fort Worth, Texas area. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A Past Performance: (1)Design and (2)Construction; FACTOR B -- Small Business Subcontracting Effort (applies to small and large business); FACTOR C Technical Qualifications in Design and Construction; and FACTOR D -- Management Approach. The highest rated offerors, typically 3 to 5 (not to exceed five), will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on the following technical factors: FACTOR A Past Performance (as previously done in Phase I); FACTOR B Small Business Subcontracting Effort (applies to small and large business); FACTOR C Technical Qualifications (same as Phase I unless revised); and FACTOR D Technical Solutions. Price will also be evaluated in Phase II. The Phase II proposals will evaluated on the basis of technical factors and price which will be considered of equal importance. 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 THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS 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 OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 04 December 2000 with a proposal due date of 19 December 2000 . PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation, including plans and specifications, is available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders list will be maintained and can be printed from the web 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. Offerors must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.ccr2000.com. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/818-6877, Attn: Barbara Green, Code 0211BG. The SIC Code for this project is 23332: Commercial and Institutional Building Construction. The Standard Size is $27,500,000.00.
Record
Loren Data Corp. 20001122/YSOL006.HTM (W-325 SN5070N4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 20, 2000 by Loren Data Corp. -- info@ld.com