|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356OIC/ROICC Camp Lejeune, NAVFACENGCOM Contracts, 1005 Michael Rd, Camp
Lejeune, NC 28547-2521 Z -- INDEFINITE QUANTITY (IQ) MULTIPLE AWARD CONSTRUCTION CONTRACT
(MACC) FOR HVAC/MECHANICAL PROJECTS, MCB, CAMP LEJEUNE, NC & MCAS, NR,
JACKSONVILLE, NC SOL N62470-99-R-4167 DUE 071999 POC Jerry T.
Williams, 910-451-5606, FAX: 910-451-5629, EMail:
williamsjt@lejeune.efdlant.navfac.navy.com E-MAIL: ERROR --,
williamsjt@lejeune.efdlant.navfac.navy.mil. This procurement is for one
solicitation resulting in the award of up to four Indefinite Delivery
Indefinite Quantity (IDIQ) Construction Contracts to the responsible
proposers whose proposal, conforming to the RFP, will be most
advantageous to the Government resulting in the Best Value, cost or
price and other factors considered. The Government reserves the right
to award fewer than four contracts if sufficient number of acceptable
proposals are not submitted to make more awards. The work will consist
of HVAC and mechanical with associated electrical work and incidental
related work at Marine Corps Base, Camp Lejeune, North Carolina, and
Marine Corps Air Station, New River, Jacksonville, North Carolina.
Projects assigned to the IDIQ contracts will use the Multiple Award
Construction Contract (MACC) approach to scope and price the work.
After award of the initial contract(s), up to four contractors, will
compete for task orders based on best value, low price or low price
technically acceptable to the Government. The task order is written
based on a Government/Contractor Team cooperative scoping of work. The
work will be demolition, repair, replacement, extension and
modification of HVAC/Mechanical systems, steam and condensate lines,
minor boiler repair, plumbing, piping, motors, controls, and incidental
related work, including, but not limited to, painting, asbestos/lead
paint abatement, architectural modifications, and related electrical
work. Each contract will be for one base year with two one-year
options. The total 3-year (base year and two option years)
not-to-exceed amount for all four IDIQ contracts is $45,000,000.00.
Construction schedules will be determined for each project at the
issuance of each task order. The four best value contractors will be
selected for the award of either the seed project or the award of one
of the three contracts with a minimum guarantee of $50,000.00 to each
successful offeror over the full term of the contract to include option
years. The first IDIQ construction contract of the four will be awarded
with a firm fixed price, 100% design as the seed project. This is a
RFP, which requires submission of technical and price proposals.
Evaluation for award will be based on technical factors including (A)
Past Performance for projects in the North Carolina area of size and
nature envisioned by this contract, (B) Management and Organization,
and (C) Support for Small, Small Disadvantaged and Women Owned
Businesses. Management and Organization has subfactors which are: (1)
Corporate Experience, (2) Key Personnel, (3) Safety and Health and (4)
Financial statements for the last 2 years, including Bonding
Capability for projects of size and nature envisioned. Support for
Small, Small Disadvantaged, and Women Owned Businesses has subfactors
for (1) Subcontracting Past Performance and (2) Subcontracting Plan
Effort. It will also be based on pricing full plans and specifications
for the seed project, N62470-99-R-4167, Renovate HVAC System,
Buildings 1101 & FC300 at Marine Corps Base, Camp Lejeune, North
Carolina, which has an estimated cost range of $250,000.00 to
$500,000.00. After initial award of the seed project, the selected
Contractor(s) will be required to participate with the Government in an
on-site scoping meeting for any upcoming projects. The Best Value
Contractor of the four IDIQ contracts will be awarded the seed project
with the initial award. All four Contractors will compete 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 and other submittals. The salient requirements of the task
orders will be scoped by the Government/Contractor team in order to
develop a mutually agreed upon Statement of Work (SOW). Award factors
will vary depending on the unique requirements for each task order;
however, pricing will be weighted heavily. The awarded task order will
be a performance scoped, firm fixed price task with a specific
completion date. Should the second, third or fourth IDIQ Contractor be
unable to competitively secure a task order to meet the minimum
guarantee, award considerations may be modified in order to ensure each
participating Contractor is awarded task orders meeting the minimum
guarantee. All initial awarded Contractors will be required to
participate in all MACC walk-throughs and submit proposals. Failure to
participate responsibly in walk-throughs and failure to submit
proposals on task orders may result in the Government not issuing
additional task orders or exercising the option to extend the contract
for an additional year. The contract will be awarded to the best value
offeror in accordance with the requirements of FAR Part 15. Only the
four selected Contractors will be permitted to propose on the task
orders. Proposals from another Contractor will not be accepted. A
minimum of two proposals will satisfy the competitive requirements of
MACC 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. Failure to
participate in the task order process may result in forfeiture of the
minimum guarantee amount. Proposed contract is unrestricted with a SIC
of 1711 and Size Standard of $7.0 Million. No public bid opening will
be held. A subcontracting plan is required, if the contract is awarded
to a Large Business. Plans and specs will be available on or about 17
June 1999. The estimated date for receipt of offers is on or about 19
July 99. A preproposal conference is intended to be held on or about 30
June 1999. There is a $119.20 NON-REFUNDABLE charge for this
solicitation package. To order, submit money order or company check
payable to: The Superintendent of Documents and send to Defense
Automated Printing Service, Attn: Bid Spec Desk, 80 Post Lane, Camp
Lejeune, NC 28547-2527. Payment by credit card is no longer acceptable.
DO NOT COMBINE PAYMENTS FOR OTHER SOLICITATIONS ON THE SAME CHECK. CD
format is available for $134.25. A Planholder's list can be obtained
from the above address for an additional NON-REFUNDABLE charge of
$1.00. Please provide a point of contact, complete mailing address,
telephone and facsimile numbers. PROVIDE STREET ADDRESS ONLY. DELIVERY
CANNOT BE MADE TO POST OFFICE BOX. Only written requests accompanied
by full payment will be honored for this solicitation. Call (910)
451-5050 for status of your order. IMPORTANT-Technical/Contractual and
FOIA related inquiries should be directed in writing to OICC, 1005
Michael Road, Camp Lejeune, NC 28547 or via facsimile (910) 451-5629,
attention Jerry T. Williams. Posted 05/26/99 (W-SN335959). (0146) Loren Data Corp. http://www.ld.com (SYN# 0170 19990528\Z-0037.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|