|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1999 PSA#2357Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION
SERVICES FOR SURVEY SOL N62467-99-R-0926 DUE 062599 POC Contract
Specialist: Lauri Newkirk-Paggi, Code 0232LNP. Contracting Officer:
Robert J. Meddick, Code 0232 This solicitation is set aside for the
8(a) Program. Estimated closing for Phase I proposals is 25 June 1999.
This procurement is for award of an Indefinite Delivery Indefinite
Quantity (IDIQ) contract to the responsible proposer 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 work is primarily for Studies and Removal of Asbestos
and for Lead-Based Paint Abatement for the area of responsibility of
Southern Division, Naval Facilities Engineering Command. There will be
2 seed projects for contract award. The first will consist of
furnishing all labor, equipment, materials, tools, services, testing,
supervision, transportation, and incidentals necessary to perform the
work preparing a detailed survey, inventory and damage assessment of
friable asbestos-containing material (ACM) located in on Base Housing
Quarters 400-441 and Officer Quarters A-R. These services are
associated with the Navy s Base Realignment and Closure (BRAC) process.
The A&E shall prepare more a detailed cost estimates for the abatement
of friable ACM identified. The gross square footage of the on Base
Housing is approximately 114,000 square feet and the Officer Housing
has a gross square footage of approximately 45,000 square feet; Naval
Air Station, Cecil Field, FL. The second project will be an Asbestos
project. The exact location will be identified at a later date. The
contract will be for one base year and four (4) one (1) year options.
Each option year is estimated at $4,000,000.00. Total estimated value
for all three contracts is not to exceed $20,000,000.00. This
procurement will consist of Two (2) Phases. Phase I: Proposers will be
evaluated on (1) Corporate Experience and Past Performance; (2)
Financial and Management Systems; (3) Capability of Key Personnel. The
highest rated proposers, a maximum of eight proposers, will advance to
Phase II. The government will then request the Phase II proposal. Phase
II: Qualifiedproposers will be evaluated on (1) Management and
Technical Approach and (2) Cost/Price for the seed projects. The
government reserves the right to reject any or all proposals at any
time prior to award, to negotiate with any or all proposers, to award
the contract to other than the proposers submitting the lowest total
price, and to award to the proposers submitting the proposal determined
by the government to be the most advantageous to the government.
PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY
CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should
be submitted initially on the most FAVORABLE terms. FIRMS SUBMITTING
TECHNICAL AND PRICE PROPOSALS WILL BE NOT BE COMPENSTED. The minimum
guarantee of $10,000.00 will be met for the first of the Delivery
Order. THIS SOLICITATION IS HEREBY BEING ISSUED IN ACCORDANCE WITH
SECTION 8(a) OF THE SMALL BUSINESS ACT. To order specifications: the
government intends to issue this solicitation exclusively through the
Internet. The entire solicitation is available for viewing and
downloading at http://www.efdsouth.navfac.navy.mil/eb/. Prospective
offerors are encouraged to register themselves on the web site. The
official plan holder's list will be maintained and can be printed from
the web site for downloading. This will normally be the only method of
distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY
TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS
SOLICITATION. For inquiries about Proposal Due Date or Number of
Amendments issued, contact Lauri Newkirk-Paggi at 843/820-5696.
Technical inquiries must be submitted in writing 5 days before
Proposals are Due to the address listed above, or faxed to
843/820-5848, Attn: Code 0232LNP. Posted 05/27/99 (W-SN336765). (0147) Loren Data Corp. http://www.ld.com (SYN# 0149 19990601\Z-0014.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|