|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#2081SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- 8(A) DESIGN BUILD SOLUTION ORDER CONTRACT0R LOCATED IN CA, AZ,
NM, NV, OR, WA SOL N6811-98-R-5117 POC Samantha Darella, Contract
Specialist (619) 532-3758/Laurie Smith (619) 532-3083 PRESOLICITATION
NOTICE: This procurement is an 8(a) Competitive and is limited to 8(a)
certified firms. It consists of one solicitation with the intent to
award three or more Indefinite Delivery Indefinite quantity (IDIQ)
Construction Contracts to the responsible proposers whose proposals,
conforming to the Request for Proposal (RFP), will be most advantageous
to the Government resulting in the Best Value, cost or price and other
factors considered. The contracts will be for a base period of one
year with two one-year option periods. The Government reserves the
right to award three or more contracts under this solicitation or to
award only one contract covering the seed project identified in the RFP
if funds are not available for the minimum guarantee for three or more
awards. The total maximum value for the base term and all options for
the aggregate of all IDIQ contracts awarded as a result of this RFP
shall not exceed $50,000,000. The IDIQ work will consist of
Design/Build for renovation, alteration, repair, and associated
architecture/engineering work at various locations within the States of
Arizona, New Mexico, California, and for special programs such as
Housing and Non-appropriated funded (NAF) in the Sates of Nevada,
Oregon, and Washington. Types of facilities may include but not limited
to: Administrative and Industrial Facilities, Wholehouse
Revitalization, Child Care Centers, Lodges, Recreation/Fitness Centers,
Retail Complexes, Warehouses, Housing Offices, Community Centers, and
other similar facilities. In support of the design-build strategies,
the contractor shall employ the services of an architect/engineering
professional experienced in the coordination of multi-discipline
architectural/engineering design efforts and conducting business from
an established professional business office. All discipline
coordination shall be accomplished by the Contractor's
architect/engineering team. The government will not coordinate the work
for the contractor. Projects assigned to the IDIQ contracts willuse the
Solution Order Concept (SOC) approach to scope and price the work.
After award of the initial contracts, each awardee shall be provided a
fair opportunity to be considered for each task order, except under
those circumstances described in FAR 16.505(b)(2). Award factors will
vary depending on the unique requirements for each Task Order and may
be competed on the basis of price, best value or technically
acceptable, low-price selection procedures. The subsequent task orders
may be performance oriented tasks requiring minimal design, may
occasionally be complex construction requiring design development for
design-build construction, or a combination thereof. 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, and 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. The exactlocation of
each task order will be indicated by the Contracting Officer. The
awarded task order will be a performanced scoped, firm fixed price task
with a specific completion date. Should any of the IDIQ contractors 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 Contractors will be invited to participate in
walk-through -- exploratory scoping investigations, and to subsequently
submit their proposals. Firms are required to contact the contracting
officer within two days of notification if a firm can not participate
in the walk through or submit a proposal on a Task Order. Competition
is considered to exist, based on the rule of two. If firms fail to
notify the contracting officer within the time frame specified it may
result in the Government not exercising the option to extend the
contract for each additional year. Successful offerors will receive the
following contract awards; Best Value receives the seed project with
award 2nd, 3rd, and any additional selected contractor will each
receive award with a minimum guarantee of $50,000. Evaluation for award
will be based on: Past Performance; Technical/Management with
subfactors including: (1) Experience, (2) Capacity to Accomplish Work
and (3) Technical Approach; and Pricing for N68711-98-R-5717, seed
project, which will be the first task order of the contract. The seed
project provides for design and construction for wood framed stairways
with pre cast concrete treads and landings to replace exterior
stairways at the following: building 329, South Elevation and lower
stairs; building 332 North Elevation, Upper and Lower Stairs; Building
343, South Elevation, Upper and Lower Stairs; Building 344, West
Elevation; Building 365, North and South Elevations, Upper and Lower
Stairs located at SPAWAR Systems Center, San Diego, Point Loma Campus.
In addition, provide design and construction for a steelframed
secondary exit stairway with pre-cast concrete treads and landings for
building A-2 at SPAWARSYSCEN San Diego. New wood framed stairways
shall have the same general configuration as existing stairways.
Structural connections shall be designed using bolted or lag screwed
steel plate connectors creating rigid joints to minimize miscellaneous
cross bracing. The steel framed stairway for building A-2 shall be in
conformance with the conceptual design provided as part of this RFP.
The Standard Industrial Code 1542 and the annual size standard is $17
million. Only the selected contractors will be permitted to propose on
the task orders. Proposals from other contractors will not be
accepted. THIS SOLICITATION IS HEREBY "RESTRICTED" AS AN 8(A)
PROCUREMENT. Plans and specifications will tentatively be available on
May 11, 1998. Plans and specs for this project may be available and
issued on CD-ROM media and over the Internet at address
http://ebsswd.wes.army.mil as an Electronic Bid Set (EBS). The response
time required by FAR 5.203 will begin on the date of issuance of the
EBS solicitation. EBS solicitation packages may be acquired in person
from Plan Issue, by mail or by registration at the Internet website
address listed above. Telephone requests will not be accepted for
solicitation packages. Requests for the solicitation package must be in
writing stating solicitation number N68711-98-R-5117, complete name,
address, area code and phone number and whether bidding as a prime,
subcontractor, supplier or planroom. Plan holders lists will not be
faxed and will be available at the Internet website address listed
above. Mail requests to Southwest Division, Naval Facilities
Engineering Command (Plan Issue, Code 57CS.PI), Building 132, 1220
Pacific Highway, San Diego, CA 92132-5187. A limited number of hard
copy paper plans and specs will be available at no charge to certified
8(a) firms. Others may acquire a copy for a fee on a pre-ordered,
prepaid basis seven working days prior to pickup or mailing outside a
25 mileradius of Southwest Division. Requests in writing for hard copy
solicitation packages must provide the same information stated above.
Hard copy plans are available in half size on bond media. The cost of
each hard copy solicitation package will be confirmed by the plan
issue room. Please call plan issue at (619) 532-2084 after May 11, 1998
for price. The cost of a CD-ROM is $10.00. The only methods of payment
that will be accepted for hard copy plans and specifications are Visa,
MasterCard, cashiers checks or money orders and they should be made out
to DEFENSE AUTOMATED PRINTING SERVICE. Fees are not refundable. If you
choose to pay by cashier's check or money order, please submit one (1)
cashiers check or money order per project. Solicitation packages are
limited to two (2) sets per prime and one (1) per
subcontractor/supplier. The Standard Industrial Code 1542 is $17
million. The preproposal conference and the Proposal due date will be
determined once the Final notice has been issued. (0111) Loren Data Corp. http://www.ld.com (SYN# 0092 19980424\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|