Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1997 PSA#1897

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Z -- INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR DEMOLITION, RENOVATION, ALTERATIONS, REPAIRS, AND MINOR CONSTRUCTION AT NAS, NSA, NEW ORLEANS, LA SOL N62467-97-R-0881 DUE 080497 POC For technical inquiries, FAX 803/820-5853 Attn: A. Copeland Code 0212AC. Contracting Officer for this solicitation is L.R. Fisk. Information regarding ordering RFP documents is provided at the end of this announcement. This procurement is for one solicitation resulting in the award of three Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the RFP, will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. The work is for demolition, renovation, alteration and repairs and minor construction at NAS, NSA NEW ORLEANS AND THEIR AREA OF RESPONSIBILITY. Projects assigned to these IDIQ contracts will use the Solution Order Concept (SOC) approach to scope and price the work. After award of the initial contract to three contractors, they will compete for task orders based on either best value or low price technically acceptable to the government through Government/Contractor Team cooperative scoping of the work. Each contract will be for one base year with two, one year options. The total 3 year (Base Year and Two Option Years) estimated construction cost for all IDIQ contracts is $15,000,000.00. Construction schedules will be determined for each project at the issuance of each task order. The initial awards will be based on technical factors including (1) Experience/Qualifications, (2) Past Performance, (3) Technical Approach, & (4) Small Business Subcontracting Effort. The seed projects consists of the following: N62467-96-R-1099, HVAC Repairs, Bldg. 603, 2A-B, NSA, New Orleans, LA with a Government range of $1-5 Million; N62467-97-R-0881, Repairs to BOQ, Bldg. 40, NAS, New Orleans, LA with a Government range of $1-5 Million; and N62467-97-R- 1088, will be awarded as a $100,000.00 minimum guarantee IDIQ contract. IT IS THE INTENT OF THE GOVERNMENT TO AWARD TWO OF THE THREE CONTRACTS WITH SEED PROJECTS AND THE THIRD CONTRACT WITH A MINIMUM GUARANTEE OF $100,000. HOWEVER, THE GOVERNMENT RESERVES THE RIGHT TO AWARD BOTH SEED PROJECTS TO ONE FIRM IF ITS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT. IN THIS SCENARIO TWO OF THE THREE CONTRACTS WOULD RESULT IN THE AWARD OF 2 IDIQ MINIMUM GUARANTEE CONTRACTS. All contracts will be awarded at the same time with selection based on the same criteria. Only the three selected contractors will be permitted to compete on future task orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. They will be scoped by the Government/Contractor team and may have traditional plans and specifications but may include sketches, and requests for catalog cuts or other submittals. The salient requirements of the task order will be scoped by the Government/Contractor team in order to develop a mutually agreed upon Statement of Work. Award factors will vary depending on the unique requirements of each task order, however, pricing will weigh heavily. The awarded task order will be a performance scoped, firm fixed price task with a specific completion date. All Contractors will be required to participate in all SOC walk throughs and submit proposals for task orders estimated to exceed $50,000. Failure to participateresponsibly in walk throughs and submit proposals on task orders may result in the Government not exercising the option to extend the contract for an additional year to that contractor. Only the selected 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 SOC and preclude the necessity of soliciting for a replacement contract if for any reason a contract is terminated or one of the proposers is not able to participate in the process. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. There will be one Request for Proposal (RFP) package containing THE TWO seed projects. There is a $80.00 Non-Refundable charge for a copy of the RFP. WHEN REQUESTING THE RFP, PLEASE REQUEST Solicitation No. N62476-97-R-0881. No telephone orders for the RFP will be accepted; however, if problems arise concerning your request, call Ronnie Mitchum at 803/743-4040, Ext. 18. To order, make company check payable to: US Treasury and send to: DEFENSE PRINTING SERVICE DETACHMENT OFFICE, ATTN: RONNIE MITCHUM, SUITE B., 2825 AVENUE D., NORTH CHARLESTON, 29408-1802. To obtain a Plan Holders List fax your request to at 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Date for Receipt of Proposals or Number of Amendments; contact Susan Clark at 803/820-5775. Technical Inquiries prior to Receipt of Proposals MUST be submitted in writing 15 days before Receipt of Proposals to the address listed above, or faxed to 803/820-5853, Attn: AGNES COPELAND, Code 0212AC.***** (0205)

Loren Data Corp. http://www.ld.com (SYN# 0194 19970729\Z-0003.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page