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