|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1997 PSA#1964Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), CONSTRUCTION
CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS, IN THE AREA OF
RESPONSIBILITY OF SOUTHNAVFAC FIELD OFFICE NAVAL SUPPORT ACTIVITY
MEMPHIS, MILLINGTON, TN TO INCLUDE PRESIDENT'S ISLAND, NASHVILLE, TN
AND HUNTSVILLE, AL SOL N62467-98-R-0905 DUE 011598 POC Contract
Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L.R. Fisk.
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, Price and Technical Factors considered. The work is for
renovation, alterations, and repairs and minor construction in the area
of responsibility for NAVFACENGCOM, Southdiv Field Office, NSA Memphis,
Millington, TN, including Presidents Island, Nashville, TN, and
Huntsville, AL and other locations serviced by that office. Projects
assigned to the IDIQ contracts will use the Solution Order Concept
(SOC) approach to scope and price the work. After award of the initial
contracts, the three contractors will compete for task orders based on
either best value or low price technically acceptable to the
government. The SOC is a process consisting of on-site walk-throughs
with the IDIQ contractors and appropriate government personnel to
jointly assess and determine a statement of work ("to-do" list),
thereby developing a performance specification for the work. The work
will be routine renovation and repair of facilities including
administrative, barracks, and community support facilities with some
minor new construction incidental to the repair/alterations work.
Examples include carpeting, painting, HVAC alterations, demolition,
systems furniture, computer raised flooring, electrical interior
distribution, lighting, sales area renovations, closed circuit TV, etc.
Each contract will be for one base year with two option years. The
total 3 year estimated construction cost, including all three IDIQ
contracts is $20,000,000.00. Construction schedules will be determined
for each project at the issuance of each task order. The three Best
Value contractors will be selected for the award of either the seed
project or the award of one of the two contracts with a minimum
guarantee of $100,000.00. The first IDIQ construction contract of the
three will be awarded as a firm fixed price, for the seed project. The
initial award will be based on technical factors including
(1)Experience, (2)Past performance, (3)Technical Approach and (4) Small
Business Subcontracting Effort in descending order of importance. It
will also be based on pricing site-adapted plans and performance
specifications for N62467-98-R-0905, Bachelor Officer Quarters
Renovation, Building No. 599, Naval Support Activity Memphis,
Millington, TN. Price and the overall technical rating are of equal
weight for the initial award. As part of the pricing, the Proposers
will be required to participate with the government in an on-site scope
meeting for the proposed project. The estimated construction cost for
this initial project is between $500,000.00 and $1,000,000.00, which
includes converting 12 BOQ rooms to 6 flag officer suites; renovating
an additional 48 rooms with new thru-the-wall heat pumps, painting,
carpeting; converting the central core HVAC system to new loading in
accordance withthe design provided on the RFP. Example: Future projects
expected to be accommodated under these IDIQ construction contracts
include: DFAS Building Renovations $5,000,000-$10,000,000; Navy
Exchange Renovations $1,000,000 -- $2,000,000; Child Development Center
$300,000 -- $500,000; up to a total of $10,000,000 in miscellaneous
quality-of-life alterations to various bachelor quarters. The
anticipated minimum size of task order is $50,000 and the maximum is
$5,000,000. Refer to the RFP for detailed submittal requirements for
technical & price factors. The RFP issue date is scheduled for 19
November 1997. The pre-proposal conference is scheduled for 02 December
1997 at Naval Support Activity Memphis, Millington, TN. Contact Shirley
Shumer at 803/820-5923 for detailed instructions. The proposal due date
is scheduled for 19 December 1997, and the targeted award date is 15
January 1998. All three contractors will competitively bid on
subsequent 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 not 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 mutually agreed upon Statement of Work. Award factors will vary
depending on the unique requirements of each Task Order, however
pricing will weigh at least 50%. The awarded Task Order will be
performance scoped, firm fixed price task with a specific completion
date. Should the second or third IDIQ contractor be 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 guarantee. All
three Contractors will be required to participate in all SOC
walk-throughs and submit proposals. Failure to participate responsibly
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. Only the three 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 contractor if for any reason one of the
contracts is terminated or one of the proposers is justifiably 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. This Solicitation is hereby being issued on an
"Unrestricted" Basis inviting full and open competition. For RFP
packages: There is a $35.00 Non-Refundable charge for each set. When
requesting please reference RFP N62467-98-R-0905 BOQ Renovation,
Building No. 599, Naval Support Activity Memphis, Millington, TN. The
Point of Contact for ordering RFPpackages is Ronnie Mitchum at
803/743-4040. To obtain the RFP Packages you may CHARGE your request to
a Corporate VISA/MASTERCARD Credit Card or make your check payable to
US Treasury and send to The Defense Automated Printing Service, Attn:
Ronnie Mitchum, P. O. Box 71359, Charleston, SC 29415 or for Direct or
Express Mail Delivery address your request to Suite "B", 2825 Avenue
"D", North Charleston, SC 29408-1802. Please indicate if you are a
Prime Contractor, Subcontractor, Supplier, ETC. Please also include
(1)A Point of Contract, (2)A Telephone Number, and (3)a Fax Number. If
Problems arise concerning your request, call Ronnie Mitchum at
803/743-4040. To obtain a Plan Holders List fax your request to
803/743-3027. Plan Holders List will be mailed. Plan Holders List can
be obtained from the Internet at http://206.74.23.6. For inquiries
about Date of Receipt of Proposals or Number of Amendments; contact
Shirley Shumer at 803/820-5923. Technical Inquiries prior to Request
for Proposals must be submitted inwriting 15 days before Proposals Due
to the address listed above, or faxed to 803/820-5853, Attn: Janet
Lietha, Code 0211JL. Estimated duration of the contract is 180 calendar
days for completion. (0303) Loren Data Corp. http://www.ld.com (SYN# 0105 19971103\Z-0016.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|