Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#2081

SOUTHWESTNAVFACENGCOM, 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