Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390

SOUTHWESTNAVFACENGCOM, 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