|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1997 PSA#1971Commanding 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 121997 POC Contract
Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L. R. Fisk,
Code 0211LRF. 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 two seed projects: N62467-98-R-0905, Bachelor
Officer Quarters Renovation, Building No. 599, BUPERS Site Plan
Implementation Planting & Irrigation for N62467-98-R-0906, Naval
Support Activity Memphis, Millington, TN. Price and the overall
technical rating are of equal significance for the initial awards. As
part of the pricing, the Proposers will be required to participate with
the government in an on-site scope meeting for the proposed projects.
The estimated construction cost for each seed project is between
$500,000.00 and $1,000,000.00. The work under N62467-98-R-0905 includes
converting 12 BOQ rooms to 6 flag officer suites; renovating an
additional 48 roomswith new thru-the-wall heat pumps, painting,
carpeting; converting the central core HVAC system to new loading in
accordance with the design provided on the RFP. The work under
N62467-98-R-0906 consits of the installation of an underground
sprinkler system, planting of trees and shrubs and installation of
government supplied contractor installed landscape furniture. The
sprinkler system requires trenching and connection(s) to the existing
water supply. Planting will include shrubs and trees of various species
and sizes. The landscape furniture will include but not be limited to
railings, trash cans, bicycle stands and signage. 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 sizeof task orders 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 Statements 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 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 forany 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 RFP packages 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 in writing 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. (0314) Loren Data Corp. http://www.ld.com (SYN# 0098 19971113\Z-0015.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|