|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1997 PSA#1862Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Z -- MAINTENANCE, REPAIR AND ALTERATIONS OF REAL PROPERTY AT THE
NAVICP, MECHANICSBURG, PA SOL N62472-98-B-0820 DUE 073197 POC Judith A
Mercede, Contract Specialist, 610-595-0635. This is a Pre-Solicitation
Notice: This project shall include all maintenance, repair, alteration,
and construction services for buildings and structures and related
systems and equipment at the Naval Inventory Control Point (NAVICP),
Mechanicsburg, PA and surrounding Naval and Marine Corps Reserve
Centers. A MARC (Multiple Award Regional Contract) solicitation will be
issued in an effort to acquire the performance of varing maintenance-
construction requirements at each of the aforementioned activities that
will be necessary in support of various facilities and buildings. One
solicitation encompassing the work requirements for all areas will be
issued. This procurement will result in the award of up to three (3)
Indefinite Delivery/ Indefinite Quantity (IDIQ)
Maintenance-Construction contracts. Separate contracts will be awarded
to the responsible bidders whose bids conform to the IFB (Invitation
for Bids). Each contract will be for a Base one-year performance period
plus up to twenty-four months of option provisions. The solicitation
will incorporate an initial or seed project for award. A description
and requirements of this seed project and the estimated cost range will
be identified in the subsequent synopsis and solicitation package. One
firm will be selected for the award of the seed project, the other two
will be awarded contracts with guarantees of $50,000.00 over the three
years of contract performance. The minimum guarantee will be met when
the seed project is awarded under IFB N62472-98-B-0820, for the first
contract. The second, N62472-98-B-0821, and possibility a third,
N62472-98-B-0822, contract, will be awarded at the same time with the
specified minimum guarantee. The Government reserves the right to award
one contract covering only the initial or seed project identified in
the IFB. All contractors awarded a contract, including the contractor
who receives award for the seed project, will competitively quote on
the subsequent task orders. Subsequent projects may be non-complex
performance oriented tasks requiring minimal design. They will be
scoped by the Government/Contractor team and may not have traditional
plans and specifications but may include sketches, and requests for
catalog cuts or other submittals. The salient requirements of the task
orders may be scoped by the Government/Contractor team in order to
develop a mutually agreed upon Statement of Work. Award evaluation
factors for indidual task orders will consider Past Performance on
eariler tasks placed as Task Orders under the MARC contract, or award
may may be based on price only. The awarded task order may be a
performance scoped, firm fixed price task, with a specific completion
date. Since it is anticipated that the first contractor who is awarded
the seed project will meet the minimum amount of their contract, if
the second thru possibly the third contractors are unable to
competitively secure a task order to meet the minimum guarantee, the
Government reserves the right to unilaterally issue a Task Order. All
three contractors will be required to participate in all site walk
throughs and submit quotes for the intended task order. Failure to
participate responsibly in walk throughs and submit quotes on task
orders may result in the Government not exercising the option to extend
the contract. Only those firms awarded contracts will be permitted to
quote on th task orders. Quotes from other contractors will not be
accepted. A minimum of two quotes will satisfy the competitive
requirements for a task order and preclude the necessity of soliciting
for a replacement contractor if for any reason one of the contracts is
terminated or one of the bidders is not able to participate in the
process. Failure to participate responsibly in the task order process
may result in forfeiture of the minimum guarantee amount. The maximum
value of this contract will be $15M which will be equally divided among
the number of contract awardees. A Bid Guarantee in the amount of 20%
of $5,000,000.00, the maximum contract amount for each of the three
contracts,in effect through the full term of the contracts and
applicable to each awarded task orders will be required. Prospective
bidders are advised that after bid opening but prior to award they will
be required to submit specific specialized experience information
pertaining to demonstration of their ability to meet the minimum
qualifications, including their subcontractors and/or their employees.
THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED' BASIS
INVITING FULL AND OPEN COMPETITION. DFAR Clause 252.219-7008-Notice of
Evaluation Preference for Small Disadvantaged Business
Concerns-Construction Acquisitions-Test Program (APR 1996) will be
incorporated into the solicitation, and bids will be subject to the
evaluation criteria set forth therein. A Small, Small Disadvantaged and
Women-Owned Small Business Subcontracting Plan pursuant to FAR Clause
52.219-9 (Aug 1996) will be required to be submitted by all large
businesses being considered for contract award. The SIC (Standard
Industry Code) is 1541 and the Small Business Size Standard is $17M.
The estimated issue date of the solicitation is 27 June 1997 and the
estimated bid opening date is 2:00 p.m. on 31 July 1997 at Northern
Division, Naval Facilities Engineering Command, 10 Industrial Highway,
MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. Bidders
interested in obtaining Plans and Specification for this project must
submit their request on their company letterhead, stating if you are
bidding as a prime contractor, sub-contractor/supplier along with a
business check, cashier check, money order, Visa or Mastercharge (NO
FAXED REQUESTS WILL BE ACCEPTED) to DEFENSE AUTOMATED PRINTING SERVICE,
PHILADELPHIA NAVAL BUSINESS CENTER, BLDG 77-L, PHILADELPHIA, PA
19112-5094. The amount for receipt of plans and specification will be
established in a subsequent synopsis or may be obtained from the
printing service office. Each check must be made payable to the U.S.
TREASURY and annotated with the applicable solicitation number,
N62472-98-B-0820. Two sets of plans and specification will be made
available to those contractors who have tendered payment. If the
contract solicitation number (N62472-98-B-0820) is not annotated as
required or check is not made payable to the U.S. TREASURY, your check
will be returned unprocessed. (No PERSONAL CHECKS WILL BE ACCEPTED) No
plans and specification will be issued until proper payment has been
received. If you would like further information on the mailing of this
solicitation package via expedited courier service, please contact Ms.
Donna Szlener at (215) 897-6551. Technical inquiries pertaining to this
solicitation are to be submitted in writing by faxed to Mrs. J.A.
Mercede, Code 02C, at (610) 595-0644. (0156) Loren Data Corp. http://www.ld.com (SYN# 0171 19970609\Z-0056.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|