|
COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD
CONSTRUCTION CONTRACT SOL N68711-99-R-6645 DUE 083199 POC Laura Smith,
Contract Specialist, (619) 532-3083 WEB: Home Page Southwest Division
Naval Facilities Engineering,
http://www.efdsw.navfac.navy.mil/home.htm. E-MAIL: click here to
contact the contract specialist via, smithlj@efdsw.navfac.navy.mil.
FINAL NOTICE: This procurement consists of one (1) solicitation with
the intent to award three (3) 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 THAT THAT SUBMITTING THE LOWEST PRICE. The contracts will be for
a base period of one (1) year with two (2) one-year option periods.
The Government reserves the right to award three (3) or more contracts
under this solicitation or to award only one (1) contract covering the
seed project identified in the RFP if funds are not available for the
minimum guarantee for three (3) 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 $200,000,000. The minimum task order amount
for this contract is $10,000,000 with the exception of meeting the
minimum guarantee. The IDIQ work will consist of new construction and
design/build for renovation, alteration, repair, and associated
architecture/engineering work at various locations within the States of
Arizona, New Mexico, and California, and for special programs such as
Housing and Non-appropriated funded (NAF) in the States of Nevada,
Oregon, and Washington. Types of facilities may include but are not
limited to: Bachelors Enlisted Quarters, Wholehouse Revitalization,
Child Care Centers, Lodges, Recreation/Fitness Centers, Retail
Complexes, Warehouses, Housing Offices, Community Centers and other
similar facilities. 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 in all aspects of general
building for new and renovation projects including comprehensive
interior design and lead and asbestos abatement. Projects may also
require incorporation of sustainable features. Multiple design teams
may be proposed to satisfy a variety of building types projected to be
awarded during the term of the contract. Architectural/Engineering
professionals shall be conducting business from an established
professional business office. All discipline coordination shall be
accomplished by the Contractor's architect/engineering team. 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-through-exploratory scoping
investigations 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. Upon receipt of funds to cover the minimum guarantee of
$1,000,000 or additional projects equal to the minimum guarantee,
within the base period, award will be made to the second, third, and
any additional selected contractors in succession based on best value.
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-6645, the seed project, which will be the first task
order of the contract. The seed project is located at San Onofre
housing area, Marine Corps Base, Camp Pendleton, California. The intent
of this project is to provide all labor and materials necessary to
repair and revitalize housing units, to upgrade them to present day
design and construction standards, and to bring them into conformance
with current building and fire codes. The 130 units consisting of four
(4) different floor plans, are one and two story wood-framed
structures with stucco facades and wood and brick veneers, concrete
floor slabs and asphalt shingle roofs. The scope of work includes, but
is not limited to the following: Field investigation of existing
conditions, design, engineering, and construction of wholehouse repair
and revitalization of housing units, including site work, asbestos and
lead paint abatement/encapsulation. Reconfiguration and revitalization
of interiors, revitalization of exteriors, site improvements
consisting of replacement of unit walkways, grading and drainage
repairs, replacement of fencing, installation of landscaping and
irrigation system, erosion repairs and control and street and sidewalk
repairs. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED
BASIS INVITING FULL AND OPEN COMPETITION. The Standard Industrial Code
is 1542 and the annual size standard is $17 million. It is recommended
that subcontracting goals reflect a minimum goal of 45% Small Business,
25% Small Disadvantaged Business, 8% Women-Owned Small Business, 1%
HUBZone (if applicable). The estimated cost for the seed project is
between $10,000,000 and $25,000,000. 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 web site for any
posted changes and information. Tentative issue date is 30 July 1999
with an opening/receipt date approximately 30 days later. A site visit
and preproposal conference is tentatively scheduled for 03 August 1999
at 9:00 a.m. and 1:00 p.m. respectively. NOTE: EFFECTIVE ON ALL
SOLICITATIONS ISSUED AFTER 31 MARCH 1998, YOU MUST BE REGISTERED IN THE
CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD OF A DoD CONTRACT.
FOR MORE INFORMATION SEE THE CCR WEBSITE at http://ccr.edi.disa.mil
Note: Plans and specs for this project will be available only over the
internet at 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 07/22/99 (W-SN358060). (0203) Loren Data Corp. http://www.ld.com (SYN# 0191 19990726\Z-0003.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|