|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1998 PSA#2110Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- NEW CONSTRUCTION, RENOVATION, ALTERNATION, AND REPAIRS, FOR THE
AREA OF RESPONSIBILITY FOR SOUTHNAVFACENGCOM, FIELD OFFICES ALBANY AND
ATLANTA, GA, INCLUDING BUT NOT LIMITED TO, MAINE CORPS LOGISTICS BASE
ALBANY, GA; NAVAL AIR STATION, ATLANTA, GA; NAVY SUPPLY CORPS SCHOOL,
ATHENS, GA; NAVY MARINE SOL N62476-98-R-1016 DUE 072198 POC POC:
Barbara Green, Code 0212BG, FAX NUMBER (843) 820-5853 THIS IS THE
SOLICITATION NOTICE: 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. One of the contracts will be set aside for an 8(a)
contractor in the State of Georgia and the other two will be competed
unrestricted. The work is for New Construction, Renovation,
Alternation, and Repairs, for the Area of Responsibility for
SOUTHNAVFACENGCOM Field Offices Albany and Atlanta, GA, including but
not limited to Marine Corps Logistics Base Albany, GA; Naval Air
Station, Atlanta, GA; Navy Supply Corps School, Athens, GA; Navy Marine
Corps Reserve Centers in Atlanta, GA; Chattanooga, TN and Knoxville,
TN; Navy Reserve Centers in Kingsport, TN and Gadsden, AL; Marine Corps
Reserve Centers in Johnson City, TN, Rome, GA and Marietta, GA; and
Naval Weapons Industrial Reserve Plant, Briston, TN. Projects assigned
to these IDIQ contracts will use the Solution Order Concept (SOC)
approach to scope and price the work. The SOC is a process consisting
of on-site walk-throughs with the IDIQ contractors and appropriate
government personnel to jointly access and determine a statement of
work (to-do), thereby developing a performance specification for the
work. After award of the initial contracts, the three successful
contractors will compete for task orders based on either best value to
the Government or low price technically acceptable. The task order
will be written based on a Government/Contractor Team cooperative
scoping of the work. It is anticipated that approximately 90% of the
task orders issued will be issued under Field Office Albany's area or
responsibility. 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 NTE
$15,000,000.00. Construction schedules will be determined for each
project at the issuance of each task order. The anticipated
construction cost for each task order is between $200,000.00 and
$800,000.00. 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
project consist of the following: N62467-98-D-1016. Fire Protection,
Building 3600, Family Service Center, Marine Corps Logistics Base,
Albany GA with an estimated Government range of $242,000.00.
N62467-98-D-1017 will be awarded as a $20,000.00 total minimum
guarantee IDIQ contract and N62467-98-D-1018 will be awarded as a
$20,000.00 total minimum guarantee IDIQ contract. All contracts will be
awarded at the same time with selection based on the same criteria. All
three contractors will compete on subsequent task orders. These
subsequent projects will be noncomplex performance oriented tasks
requiring minimal design. Each awarded task order will site a specific
completion date and associated Liquidated Damages. They will be scoped
using the SOC approach and may not have traditional plans and
specifications but may include sketches, requests for catalog cuts, and
other submittals. All three Contractors will be required to participate
in all SOC task order walk-throughs and submit proposals on all Albany
projects with a minimum estimated value of $75,000 and all Atlanta
projects with a minimum estimated value of $200,000.00. Failure to
participate responsibly in walk-throughs and failure to submit
proposals on these 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 compete on
future task orders. Proposals received from other contractors will not
be accepted. A minimum of two proposals on task orders will satisfy
the competitive requirements of SOC and preclude the necessity of
soliciting for a replacement contractorif for any reason one of the
contracts is terminated or one of the proposers is excluded from
participation in the process. Subsequent task orders may be awarded on
either the best value continuum or low price, technically acceptable.
If the government decides to issue the task order as a best value,
award factors will vary depending on the unique requirements for each
task order. Should one of the two 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. THE
COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $35. Full size
drawings are available at an additional cost. THE POINT OF CONTACT IS
RONNIE MITCHUM AT 843/743-4040, Ext, 18. THIS CHARGE IS NON-REFUNDABLE.
To obtain plans and specifications you may send company 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
843/743-4040, Ext. 18. To obtain a plan holders list FAX your request
to 843/743-3027. Plan Holders List will be mailed. Plan Holders List
can be obtained from the Internet at http://www.chas.sebt.daps.mil. For
inquiries about PROPOSAL DUE DATE, NUMBER OF AMENDMENTS ISSUED, CONTACT
SUSAN CLARK at (843) 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 843/820-5853, Attn:
Barbara Green Code 0212BG. PROPOSALS ARE DUE ON 21 JULY 98 AT 2:00 PM.
(0154) Loren Data Corp. http://www.ld.com (SYN# 0113 19980605\Y-0016.SOL)
Y - Construction of Structures and Facilities Index Page
|
|