|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION
CONTRACTS FOR DESIGN BUILD FOR NEW CONSTRUCTION, RENOVATION,
ALTERATIONS, AND REPAIR AT VARIOUS HOUSING LOCATIONS IN ARIZONA,
CALIFORNIA, NEVADA, NEW MEXICO, OREGON, AND WASHINGTON SOL
N68711-99-R-6433 DUE 083099 POC Lisa Crawford, Contract Specialist,
(619) 532-1261/fax (619) 532-4789/3180 This procurement 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. AWARD MAY BE
MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. The
contracts will be for a base period of one (1) year with four (4)
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
GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS, THEREFORE, OFFERORS
INITIAL PROPOSALS SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A COST
OR PRICE AND TECHNICAL STANDPOINT. 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 $250,000,000. The minimum task
order amount for this contract is $3,000,000. The IDIQ work will
include new construction and design/build for renovation, alteration,
repair, new construction, associated architecture/engineering and
incidental related work at various Housing locations in Arizona,
California, New Mexico, Nevada, Oregon, and Washington. Types of
projects may include, but are not limited to: New Housing,
Wholehouse/Wholesite Revitalization, Repair by Replacement, Community
Centers, Housing Offices, and other incidental related work. 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. Multiple design teams may be proposed to satisfy a
variety of building types projected to beawarded during the term of the
contract. All discipline coordination shall be accomplished by the
Contractor's architect/engineering team. The government will not
coordinate the work for the contractor. 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 exact location of each task
order will be indicated by the Contracting Officer. The awarded task
order will be a performance 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 required to participate in walk-through --
exploratory scoping investigations, and to subsequently submit their
proposals. Failure to participate responsibly in walk-throughs and to
submit proposals on all Task Orders may result in the Government not
exercising the option periods called out in the contract. The best
value contractor will receive the seed project with award. The second,
third, and any additional selected contractor will each receive award
with a minimum guarantee of $1,000,000 and selection will be based on
the same criteria as the first selection. Evaluation for award will be
based on written presentation of the following criteria: (1) Past
Performance; (2) Subcontracting Effort, (3) Technical/Management with
subfactors including: (a) Experience, (b) Capacity to Accomplish Work
and (b) Technical Approach; and (4) Pricing for N68711-99-R-6433, the
seed project, which will be the first task order of the contract.
Factors (1), (2), and (3), when combined, are significantly more
important than price. The seed project is located at Marine Palms
housing area, Marine Corps Air Ground Combat Center, Twentynine Palms,
California. The intent of this project is to provide all labor and
materials necessary to replace 986 units with 133 quality designed
family housing units. This is a repair by replacement project and shall
include subsurface utilities. Work shall include, but is not limited
to, design, engineering, and construction of a complete and usable
project consisting of all necessary site clearing, grading, demolition,
improvements, structures, and off-site work as required. Special
consideration shall be given to energy efficiency, relationship to the
physical and visual environment and reduce maintenance. THIS
SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING
FULL AND OPEN COMPETITION. The Standard Industrial Code 1521 and the
annual size standard is $17 million. The estimated cost for the seed
project is between $10,000,000 and $25,000,000. It is recommended the
subcontracting goals reflect a minimum goal of 45% Small Business, 25%
Small Disadvantaged Business, 8% Women-Owned Small Business, 1%
HUBZone (if applicable), and 1% for Utilization of Locally Owned
Business Subcontracting Effort. A site visit has been scheduled for 10
August 1999 at 10:00 a.m. The point of contact for the site visit is
Ensign Jonathan Witham at (760) 957-7434. The preproposal conference
will be held on 16 August 1999 at 10:00 a.m. at Southwest Division,
Naval Facilities Engineering Command, 1220 Pacific Highway, Building
127, San Diego, California. NOTE: Plans and specs for this project will
be available only over the Internet at address
http://www.efdsw.navfac.navy.mil/home.htm as an Electronic Bid Set
(EBS). Plan holders lists will not be faxed and will be available only
at the Internet website address listed above. 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. Posted 07/14/99 (W-SN354018). (0195) Loren Data Corp. http://www.ld.com (SYN# 0327 19990719\Y-0060.SOL)
Y - Construction of Structures and Facilities Index Page
|
|