|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Z -- MAINTENANCE, REPAIR AND ALTERATIONS OF REAL PROPERTY AT THE NAVAL
SUBBASE NEW LONDON, GROTON, CT; NAVY HOUSING(CT/NY/MA); CIVIL WORKS
SITES (CT/NY) SOL N62472-98-R-0816 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
minor construction services for buildings and structures and related
systems and equipment at the Naval Submarine Base, New London, Groton,
CT; Navy Housing (CT/NY/MA); Civil Works Sites (CT/NY) 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 varying maintenance-construction requirements at each of
the aforementioned activities that will be necessary in support of
maintenance of the facilities and buildings. One solicitation
encompassing the work requirements for all areas cited above will be
issued. This procurement will result in the award of up to four (4)
Indefinite Delivery/Indefinite Quantity (IDIQ) Maintenance-Construction
contracts. Separate contracts will be awarded to the responsive and
responsible proposers whose proposals, conforming to this RFP (Request
for Proposals), are considered to be the most advantageous to the
Government as a result of Best Value evaluation, cost or price and
other factors considered. Each contract will be for a Base one-year
performance period plus up to twenty-four months or two one-year option
provisions. The solicitation will incorporate an initial or seed
project for award. Potential proposers may be required to participate
with the Government in an on-site scope meeting for the proposed seed
project. A description and requirements of this seed project and the
estimated cost range will be identified in the actual project
synopsis/or solicitation package, and information pertaining to bonding
will also be addressed. Award of the seed project in addition to
pricing will also be based on technical evaluation factors such as
experience, past performance, technical approach, etc. Up to four (4)
Best Value contractors may be selected for the award of either the seed
project or the award of one of the up to three other contracts. Each of
the up to four contracts awarded will contain a minimum guarantee of
$75,000.00 for the full three years of contract performance. The
minimum guarantee will be met when the seed project is awarded under
RFP N62472-98-R-0816, for the first contracts. The second,
N62472-98-R-0817, third, N62472-98-R-0818, and possibly fourth,
N62472-98-R-0819 contract, will be awarded at the same time with the
same minimum guarantee. Selection criteria stated above for all
contracts awarded will be the same criteria as the first selection. The
Government reserves the right to award one contract covering only the
initial or seed project identified in the RFP. 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
individual task orders will vary depending on the unique requirements
of each task order, however pricing will weigh heavily, or award 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 fourth contractors are 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
task orders meeting the minimum guarantees. Task orders need not be
competed if it becomes necessary to place to place an order to satisfy
a contract minimum guarantee. All four contractors will be required to
participate in all site walk throughs and submit proposals for the
intended task order. Failure to participate responsibly in walk
throughs and submit porposals on task orders may result in the
Government not exercising the option to extend the contract for an
additional year. Only the up to four contract awarded contractors will
be permitted to propose on the task orders. Proposals from other
contractors will not be accepted. A minimum of two-proposals will
satisfy the competitive requirements of this procurement and preclude
the necessity of soliciting for a replacement contractor if for any
reason one of the contracts is terminated or one of the proposers 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. 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 proposals will be
subject to the evaluation criteria set forth therein. A Small, Small
Disaadvantaged and Women-owned Small Business Subcontracting Plan
pursuant to the 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 receipt of proposals date is 4:00 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. Offers interested in obtaining Plans and Specification
for this project must submit their request along with a business check,
cashier check, money order, Visa or Mastercharge (NO FAXED REQUEST WILL
BE ACCEPTED) to DEFENSE AUTOMATED PRINTING SERVICE, PHILADELPHIA NAVAL
BUSINESS CENTER, BLDG 77-L, PHILADELPHIA, PA 19112. The amount for
receipt of plans and specification will be established at a later date
and 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-R-0816. Two sets of plans and
specification will be made available to those contractors who have
tendered payment. If the contract solicitation number
(N62472-98-R-0816) is not annotated as required or check is not made
payable to the U.S. TREASURY, your check will be returned unprocessed.
NO PERSONNAL 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 Szlenerat (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. (0164) Loren Data Corp. http://www.ld.com (SYN# 0198 19970617\Z-0071.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|