Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,1999 PSA#2273

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

Y -- DEMOLITION SOC CONTRACT FOR VARIOUS LOCATIONS IN CA, AZ, NV, NM SOL N68711-99-R-6607 POC Samantha Darella, Contract Specialist (619) 532-3758 WEB: http://www/efdswest.navfac.navy.mil, http://www/efdswest.navfac.navy.mil. E-MAIL: ssdarella@efdswest.navfac.navy.mil, ssdarella@efdswest.navfac.navy.mil. PRE SOLICITATION NOTICE: This procurement is a Small business Set Aside. It consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite quantity (IDIQ) Demolition 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. 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 work contemplated under this procurement is for site and building demolition, minor site construction (examples: paving, sidewalks, site furnishings, filling in curb cuts, connections to other sidewalks, minor landscaping and irrigation, utilities, utility termination, rerouting, etc.), minor architectural engineering of sites, including site work, utility, street and sidewalk work, and other associated work (i.e. Site Remediation, environmental issues, etc.) necessary to clear and restore sites, deconstruction and Recycling/Waste disposal of facilities at various locations within Arizona, California, Nevada, and New Mexico. 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, 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). Successful offerors will receive the following contract awards; Best Value receives the seed project with the 2nd and 3rd contracts awarded based on the same criteria as the first selection. The benefit of competing for future task orders underthis contract, in a very limited field of competitors, is considered adequate consideration to meet the intent of the minimum guarantee as prescribed by the Federal Acquisition Regulation 16.500. All contractors will competitively propose on subsequent task orders. These subsequent projects will be performance oriented tasks requiring minimal designs. They will be scoped by the government/contractor team and may not have traditional plans and specifications, but may include sketches, and request for 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 exact location 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. 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. However, pricing will weight heavily. Should any of the IDIQ contractors be unable to competitively secure a task order, award factors may be modified in order to ensure each participating contractor is awarded task order. All contractors will be required to participate in all SOC walk throughs and submit proposals. Failure to participate responsibly in walk throughs and submitting proposals on task orders may result in the Government not exercising the option to extend the contract for an additional year. A minimum of two proposals will satisfy the competitive requirements of the 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 not able to participate in the process. 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 N68711-99-R-6607, seed project, which will be the first task order of the contract. The seed project includes demolition of 21 buildings and structures, remediation of hazardous materials, implementation of construction waste management, and restoring the site in accordance with plans and specifications. The seed project is located at NAWS Pt. Mugu, Ca. The Standard Industrial Code 1629 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 SMALL BUSINESS SET ASIDE. NOTE: The solicitation, plans and specifications are limited to the electronic world wide web only and will be available for download free of charge at http://www/efdswest.navfac.navy.mil The reference drawings and the hazardous lead based asbestos reports are only available in hard copies (paper sets) and will not be available on World Wide Web. Requests for the reference drawings and reports must be in writing stating the solicitation number N68711-99-R-6607, complete name, address, area code and phone number and whether bidding as a prime, subcontractor, supplier or planroom. Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue, Code 02B.FB), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187. The official plan holders list will not be faxed and will only be available at the Internet website address listed above. Registering offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, offeror type (Prime contractor, subcontractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. The response time required by FAR 5.203 will begin on the date of issuance of the EBS solicitation. Telephone requests Will not be accepted for solicitation packages. Please call plan issue at (619) 532-2084 after February 3, 1998 for any questions on how to receive a copy. Reference drawings and Asbestos Lead Based paint reports are limited to two (2) sets per prime and one (1) per subcontractor/supplier. The Solicitation should be available by February 3, 1999. The preproposal conference is scheduled for February 22, 1999 at 8:30 a.m. The site visit will follow no later than 10:00 am. The final solicitation notice should be issued by February 3, 1999. Posted 01/28/99 (W-SN292476). (0028)

Loren Data Corp. http://www.ld.com (SYN# 0096 19990201\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page