|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1999 PSA#2400Office of the Secretary of Defense, Pentagon Renovation Management
Office, 100 Boundary Channel Drive, Arlington, VA 22202 Y -- RENOVATION OF PENTAGON BASEMENT/MEZZANINE SEGMENT 3A SOL
MDA947-99-R-0028 DUE 101899 POC Raymie Shelton, Contract Specialist,
(703) 614-2728; Pat Hanson, Contracting Officer, (703) 693-8055 WEB:
Click here to download a copy of the RFP on or about,
http://www.dtic.mil/pentagon_renovation/Business.htm. E-MAIL: Click
here to contact the contract specialist via,
sheltonr@army.pentagon.mil. This is a revision to the synopsis posted
in CBDNet on 30 Jun 99 and in the CBD print issue on 6 Jul 99. The
renovation work will include complete slab-to-slab reconstruction of
approximately 20,000 SM including Segment 3A of the basement, a
connector from the basement to an outlying building, and the renovation
of the Pentagon Mall Terrace. The work will include expansion of the
mezzanine area and replacement of all architectural, electrical,
mechanical, and plumbing systems. The period of performance for the
connector will be Jan-Aug 2000. The period of performance for the
Segment 3A is approximately Jan 2000-Mar 2001. Tenant Fit Out will be
completed under a separate contract. Environmental Remediation is being
conducted under another contract. Estimated cost is between
$30,000,000.00 and $40,000,000.00. The government intends to award a
single fixed-price incentive (firm target) with award fee (FPIF/AF)
contract to the offeror whose proposal is deemed most advantageous to
the government on a best value basis. The available award fee will not
exceed 10 percent of the contract price. The contractor must earn 85
percent of the award fee to share in the incentive fee. The incentive
fee will include a negotiated firm target profit, a negotiated target
cost, a price ceiling that does not exceed 110 percent of the contract
cost, and a 50/50 government/contractor share in cost overruns and
underruns. Evaluation factors will include past performance, technical
approach, management approach, and cost. The solicitation process for
this requirement will be phased. The first phase will consist of the
electronic publication of Part 1 of the request for proposals (RFP) on
the website listed below on or about 30 Aug 1999. NO HARD COPIES OF
THE RFP OR ANY AMENDMENTS WILL BE AVAILABLE. The first phase RFP will
include the schedule, solicitation provisions, evaluation factors,
submission requirements, and SOW/specifications. Offerors will be
required to submit past performance and bonding information consistent
with the estimated cost above on or about 13 Sep 1999. ONLY THOSE
OFFERORS SUBMITTING THE REQUIRED PAST PERFORMANCE AND BONDING
INFORMATION BY THE FIRST PHASE DUE DATE MAY CONTINUE INTO THE SECOND
PHASE OF THE SOLICITATION PROCESS; CHANGES TO PAST PERFORMANCE WILL NOT
BE ACCEPTED AFTER THE FIRST SUBMITTAL. The second phase of the
solicitation process will include an amendment to the RFP to
incorporate the 100 percent design for the core and shell work on or
about 15 Sep 1999. The design will be provided on CD-ROM only and will
not be available on the website. This phase will also include a
pre-proposal conference and site visit, tentatively scheduled for 6 Oct
1999. Receipt of the remaining proposal submittal requirements
(technical, management, and cost proposals) will be on or about 18 Oct
1999. The government will require oral presentations from all offerors
in the competitive range as part of the third phase of this
solicitation process. The contracting officer reserves the right to
limit the competitive range in accordance with FAR 15.303(c)(2). The
government expects to award this contract in Dec 1999. All responsible
sources may submit an offer. Posted 07/29/99 (W-SN360571). (0210) Loren Data Corp. http://www.ld.com (SYN# 0157 19990802\Y-0021.SOL)
Y - Construction of Structures and Facilities Index Page
|
|