Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10, 2001 PSA #2953
SOLICITATIONS

Z -- HANGAR/INDUSTRIAL FAC., MAINT., REPAIR AND ALTS OF REAL PROP., MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)

Notice Date
October 5, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
ZIP Code
19113
Solicitation Number
N62472-01-R-0073
Response Due
November 6, 2001
Point of Contact
Patty Hemingway, Contract Specialist, Phone (610)595-0829, Fax (610)595-0671, Email hemingwaypw@efane.navfac.navy.mil -- Gail Thomsen, Supervisory Contract Specialist, Phone (610)595-0615, Fax (610)595-0671, Email thomsengd@efane.navfac.navy.mil
Description
This is a Solicitation Notice. In accordance with FAR 5.102(a)(7), the availability of the solicitation will be issued on one CD-ROM. Contractors who are interested in obtaining the CD-ROM, should submit their request on their company letterhead with the following information: Solicitation Number, Title of Project, Complete Address, Point 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, 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 $18.00 . Your check should be mailed to: DOCUMENT AUTOMATION AND PRODUCTIONS SERVICES, BUILDING 4-D, ATTN ROY BOWSER, 700 ROBBINS AVENUE, PHILADELPHIA, PA 19111-5094. Each check must be payable to the SUPERINTENDENT OF DOCUMENTS, and annotated with the applicable solicitation number (N62472-01-R-0073). If the solicitation number is not annotated as required on your check is not made payable to the SUPERINTENDENT OF DOCUMENTS, IT WILL BE RETURNED UNPROCESSED. (no personal checks or credit cards will be accepted). All contractors must register on ESOL. Hard copies (paper sets) of the solicitation will not be provided by the Government. Contractors interested in this solicitation should register with the NAVFAC E-Solicitation website at http:esol.navfac.navy.mil. Notification of any change to this solicitation (amendments) shall be made only on the Internet. Phase-One of the Two-Phase design-build Source Selection will be issued electronically. Phase-Two of the design-build Source Selection documents will be issued on a CD-ROM. 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 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?. The North American Industry Classification System, NAICS, Code of 233310, and the small business size standard is $27.5 million are applicable to this contract. This solicitation will result in award of the Hangar/Industrial Facilities Multiple Award Construction Contracts (MACC). The MACC will include up to five (5) 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 hangars and major industrial facilities and related systems and equipment. Projects may include asbestos removal and demolition, proprietary items and options. The preponderance of the work under the MACC contracts will be in the in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Connecticut, Delaware, District of Columbia, Maine, Massachusetts, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, as well the Caribbean. The MACC may also be utilized for other project in the Continental United States (CONUS), excluding Alaska and Hawaii. 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 price and technical evaluation factors being approximately equal in importance. Two-phase design-build Source Selection procedures will be utilized for this procurement. The evaluation factors under Phase-One may include the following factors: 1) Relevant Past Performance; 2) Management Approach; 3) Technical Experience, Expertise, and Qualifications, and 4) Commitment to Small Business Concerns. Offerors will be required to provide information for both their construction team, as well as their design team under these factors. Based on its evaluation of the Phase ?One, the DON will invite up to eight (8) offerors judged best qualified for the Aircraft Maintenance Hangar project at the Naval Station Brunswick, ME to participate in Phase-Two. Phase-Two consists of Price and Technical proposals. Phase ?Two technical proposals may include the following factors: 1) Hangar and Site Layout; 2) Hangar Interior Layout and Features; and 3) Project Schedule. Interested firms will be required to respond to evaluation factors as set forth below. The Request for Proposal package will be available 22 October 2001 and the estimated receipt of proposals date is 2:00 P.M., EST, 26 November 2001at EFA Northeast ? Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. A pre-proposal conference is planned at the Naval Air Station, Brunswick, ME. on 1 November 2001. The maximum value of this contract will be $250 million over the 5 years of contract performance. A bid guarantee will be required to be submitted with the proposal in the amount of $5.0 million to remain in effect throughout the full term of the contract. The anticipated range for each task order will generally be between $5.0 million and $75 million. The scope of the seed project is the Aircraft Maintenance Hangar at the Naval Air Station, Brunswick, ME which includes the design and construction of a 6 bay Type II Aircraft Maintenance Hangar with additional 01 / 02 space for the OMD, Transient line, station helicopters, and an airfield support building to house the airfield?s snowplows. Construction will include foundations and structural floors, concrete masonry and insulated metal panel walls, hangar doors, and roofing system. Interior space will include a 5 ton bridge crane, Aqueous Film Forming Foam (AFFF) and wet pipe sprinkler systems, administrative, crew and equipment storage space. Additional items include the electrical, mechanical, heating, ventilation and air condition (HVAC) and information systems. Site improvements include utility extensions, apron repairs, vehicle parking, landscaping and antiterrorism force protection measures. Also, included is the demolition of the existing aircraft maintenance hangars 1 and 3 (16,984m2), and incidental related work . The estimated cost of construction of the seed project is between $35 million and $40 million and includes a period of 730 day for completion of the work. Davis Bacon wages will be applicable to this project. The seed project includes design and construction services. It is anticipated that the seed project will include options and may include proprietary items which will be synopsized at a later date. The minimum guarantee will be met when the seed project is awarded under the RFP N62472-01-R-0073 for the first contract award. Each of the remaining up to four (4) 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. 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 registered multi-disciplined professional disciplines (architectural/engineering). Questions about this Solicitation MUST be submitted in writing. Any question, please call Mrs. Patricia Hemingway at 610-595-0829 or faxed her at (610) 595-0671. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitation issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccrdlsc.dla.mil or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their proposal.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62472/N62472-01-R-0073/listing.h tml)
Record
Loren Data Corp. 20011010/ZSOL001.HTM (D-278 SN5101U9)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 5, 2001 by Loren Data Corp. -- info@ld.com