COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2001 PSA #2968
SOLICITATIONS
Y -- NEW CONSTRUCTION RENOVATION/REVITALIZATION ALTERATION AND REPAIR BY DESIGN-BUILD OR DESIGN-BID-/BUILD OF VARIOUS HOUSING SITES AT VARIOUS LOCATIONS
- Notice Date
- October 29, 2001
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-01-R-6511
- Response Due
- January 3, 2002
- Point of Contact
- Darlene Hendrickson, Contract Specialist, Phone 619-532-3065, Fax 619-532-4789, Email hendricksondh@efdsw.navfac.navy.mil -- vickie ball, contract specialist, Phone 6195321536, Fax 6195324789, Email ballvb@efdsw.navfac.navy.mil
- Description
- THIS SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. ALL QUESTIONS/INQUIRES MUST BE VIA EMAIL to Darlene Hendrickson at : hendricksondh@efdsw.navfac.navy.mil No telephone questions will be accepted. 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, OFFEROR'S INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS' BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The Government reserves the right to award only one contract covering proposed Task Order 0001, shown in the RFP, if the minimum guarantee of funds is not available for three or more awards. 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 new construction renovation/revitalization alteration and repair by Design-Build or Design-Bid-/Build of various Housing sites at various locations within Arizona, California, Nevada, New Mexico, Oregon, Idaho, Montana, Utah, Washington, and Alaska. However, it is anticipated that the majority of the work will be Design-Build and will be performed in California. Types of projects may include, but are not limited to: New Housing, Wholehouse/Wholesite Revitalization, Repair by Replacement, Community Centers, Housing Offices and other incidental related work. The NAICS Code is 23321/2. The annual size standard is $27.5 million. In support of Design-Build strategies, each Offeror shall employ the services of a Lead Design Firm (A-E) experienced in the coordination of multi-discipline Architectural/Engineering design efforts in all aspects of new and renovated Housing, Community Centers and Housing Offices. Offerors may offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of the contract. The Offeror(s) and the proposed Lead Design Firm(s) for the basic contract will be evaluated as a team. Lead Design Firm(s) (A-E), their subsidiaries and affiliates that are involved at the RFP or design stage of a particular project will not be allowed to propose or be used on a Task Order for that project. The estimated construction cost for the base year and all four options combined for all awards is $250,000,000. The minimum guarantee is $50,000 for each contract awarded. Task orders will range from $3,000,000 and above. Individual task orders/projects shall require incorporation of sustainable design features. 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. Task orders may be performance oriented requiring minimal design, may occasionally be complex construction requiring design development for design-build, construction or a combination of both. Task orders may not have traditional plans and specifications, but may include sketches, and requests for catalog cuts, and other submittals. In order to develop a mutually agreed upon Statement of Work, the salient requirements of the task order, will be scoped by the Government/Contractor Team. 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 $250 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 $250 million, whichever occurs first. Task Orders will be for $3 million and above. 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 be ordered. However, the minimum guarantee for each award is $50,000. Contractors are not quaranteed work in excess of the minimum guarantee. 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: 10%; HubZone Small Businesses: 2%; Utilization of Locally Owned Small Businesses (for work in China Lake): 1%; Veteran -Owned/Service Disabled Veteran-Owned Small Business: 3% and Other Small Business: 21%( Other Small Business does not include the subsets shown above). Selection for award will be based on evaluation of the following criteria: 1: Past Performance of Offeror and Offeror's Team; 2: Small Business Subcontracting Effort (Offeror only); 3: Technical Experience of Offeror and Offeror's Team; 4: Engineering Solutions of Offeror's Team, and 5: Price -- Based on proposed Task Order 0001. Proposed Task Order 0001 includes all labor, materials and equipment necessary to construct a new Military Family Housing facility at Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, California. The proposed new facility will consist of 73 new family housing units, and Commanding General's quarters. Work shall include, but is not limited to, design, engineering and construction of a complete and usable project consisting of all necessary demolition, site work, grading, utilities, structure(s) and off-site work as required. A pre-proposal conference is scheduled for 29 November 2001 at 1:00 p.m. local time. The conference will be held in the Blue Room located at 1220 Pacific Highway, San Diego, CA 92132. All attendees must register for the conference at http://esol.navfac.navy.mil. A site visit is not scheduled at this time, the information will be posted as soon as possible. The solicitation is being offered in ELECTRONIC FORMAT ONLY. No hard copies will be provided. Plans and Specifications will be posted to the web site shown above on or about 20 November 2001. ALL OFFERORS SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER (CCR) PRIOR TO AWARD OF A DoD CONTRACT. FOR MORE INFORMATION SEE THE CCR WEB SITE at http://www.ccr.edi.disa. The official plan holder's list will not be faxed, it may be printed from the above website. 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 agreements 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.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N68711AC/N68711-01-R-6511/listing .html)
- Record
- Loren Data Corp. 20011031/YSOL008.HTM (D-302 SN511802)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on October 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|