COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2001 PSA #2970
SOLICITATIONS
Y -- NEW CONSTRUCTION, RENOVATIONS, ALTERATIONS, REPAIRS, DEMOLITION AND DESIGN-BUILD PROJECTS IN EFA NORTHEAST''S 10 STATE AREA OF RESPONSIBILITY
- Notice Date
- October 31, 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
- N62472-02-R-0800
- Response Due
- December 14, 2001
- Point of Contact
- Andrew Donahue, Contract Specialist, Phone (610)595-0627, Fax (610)595-0671, Email donahueaj@efane.navfac.navy.mil -- Nina Ferraro, Supervisory Contract Specialist, Phone (610)595-0635, Fax (610)595-0671, Email ferraronm@efane.navfac.navy.mil
- Description
- This is a Pre-Solicitation Notice: This procurement is being issued as UNRESTRICTED and is therefore subject to Federal Acquisition Regulation clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns. It is the governments intention to award a Multiple Award Construction Contract (MACC). The MACC may include up to four (4) Indefinite Quantity contracts with firm fixed price task orders to be place thereunder. The scope of the work shall include new construction, alterations, renovations, maintenance, repairs and the ability to do design build projects. Projects may include asbestos/lead based paint removal, demolition, proprietary items and options. A significant number of design-build task orders may be placed under the resultant contracts. The work will be concentrated in, but not limited to, Engineering Field Activity Northeast's 10 state area of responsibility which includes Maine, New Hampshire, Rhode Island, Connecticut, Vermont, Massachusetts, New York, New Jersey, Pennsylvania and Delaware. The Government reserves the right to award up to four contracts under this solicitation or to award only one contract covering only the seed project identified under the solicitation. The maximum value of this contract will be $250 million over the 5 year life of the contract. There is no set maximum amount to be awarded under each of the up to four contracts that may be awarded as a result of this solicitation other than that the total amount for all task orders issued during the five year term, regardless of the number of contracts awarded, will not exceed the amount of $250 million. The solicitation will contain a seed project upon which evaluation of proposals will be based. The seed project is for the Design and Construction of the new Transient Bachelor Enlisted Quarters (BEQ) at the Naval Air Station, Brunswick, Maine. The contractor will provide all engineering, design , and construction services as well as the requisite materials and equipment for the BEQ. The multi-story facility will be similar to that of a hotel or apartment building. The scope of work includes the design and construction of a Transient Visitors Quarters (TVQ) with 250 rooms. The building will be either a steel or concrete frame with a drilled pier foundation, concrete masonry unit centerline walls, metal stud partition walls, and stucco exterior finish. Construction will include a flat, membrane roof , laminated, insulated aluminum framed windows, and wall, floor and ceiling finishes. The rooms will have individually controlled air-conditioning. The individual bedrooms and lounges will include cable TV, computer modem and telephone hookups. The building will be handicapped accessible (passenger/freight elevator) and will include a fire protection system with sprinklers and alarms. The building will contain a building manager?s office, laundry, lounges, a vending area. Site work includes pavements, utilities, and other related landscaping and anti-terrorism/force protection features. The latest environmentally friendly, energy efficient materials and building operation systems will be incorporated into the building design. It is anticipated that the seed project will include options and may include proprietary items which will be synopsized at a later date.=20 A pre-proposal conference is planned at the Naval Air Station, Brunswick, Maine. The solicitation package will contain the exact date and time for this conference. 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 Two Phase design/build Source Selection procedures will be utilized for this procurement. This solicitation will be issued in two Phases and will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. In Phase 1, proposals may be evaluated on the following factors: 1) Relevant Past Performance; 2) Management Approach; 3) Technical Experience, Expertise, and Qualifications, and 4) Commitment to Small Business Concerns. In Phase 1 offerors may be required to provide information for both their construction team, as well as their design team for the above factors. Based on the evaluation of the Phase 1 proposals, the government will invite up to eight (8) offerors judged best qualified for the new Transient Bachelor Enlisted Quarters (BEQ) at the Naval Air Station, Brunswick, Maine to continue in the selection process by participating in Phase-Two. Offerors selected to participate in Phase 2 will be provided the technical plans and specifications for the new Transient Bachelor Enlisted Quarters (BEQ) at the Naval Air Station, Brunswick, Maine. Evaluation of the Phase 2 proposals will be based on both Price and the Technical proposals. The seed project will also be evaluated as to price reasonableness.=20 It is anticipated the offeror awarded the seed project will meet the minimum guaranteed amount. Each of the offerors selected for award will receive a minimum guarantee of $5,000 to be reached over the contract performance period of five years. Separate Task Orders will be issued for each project placed under the MACC. The anticipated range for each task order will generally be between $2M and $10M. The government reserves the right to award additional Task Orders to other than the low bidder in order to ensure that each participating contractor is awarded task orders to meet the minimum contract guarantees. Subsequent Task Orders will be competed only among the up to four successful contractors. Award of each subsequent Task Order may be based on either Best Value to the Government or low price. Failure to submit proposals on future task orders my result in the Government not placing future orders on that contract. Task orders may require multi-disciplined design services in all aspects of structural construction for new and renovation projects. All key professional disciplines shall be registered.=20 A Bid Guarantee will be required to be submitted with the proposal in the amount of $5 million to remain in full force and effect throughout the full term of the five year contract period.=20 The North American Industry Classification System (NAICS) code for the seed project is 233220 and the Small Business Size Standard is $27.5 million. Per the Debt Collections 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, 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 web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFARS Subpart 204.73. The estimated date that the Request for Proposal package will be available is 14 November 2001 and the estimated receipt of proposals date is 2:00 p.m. on 14 December 2001. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (www.esol.navfac.navy.mil). You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. 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 listed below daily for any posted changes to the solicitations plans and specifications. In accordance with FAR 5.102(a)(7), the Phase-Two solicitation will be issued on CD-ROM. Contractors who are interested in obtaining the Phase-Two CD-ROM should submit a Company Check, Cashier check or Money Order in the amount of $18.00 along with a request on company letterhead with the following information: solicitation number, title of project, complete mailing address, point of contact, phone number, fax number and E-mail address. Please identify whether the firm is a prime contractor, sub-contractor or supplier, and indicate whether the firm is a small business, small disadvantaged business, or large business, and if the firm is a women-owned business along with. 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 (N62472-02-R-0800). If the solicitation number is not annotated as required or 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). For technical questions concerning this project, contact Andy Donahue at 610-595-0627 or by email at donahueaj@efane.navfac.navy.mil. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62472/N62472-02-R-0800/listing.h tml)
- Record
- Loren Data Corp. 20011102/YSOL008.HTM (D-304 SN5119F1)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on October 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|