|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, PSC Box 8006,
Cherry Point, NC 28533-0006 Z -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR
REPAIR/REPLACEMENT OF HVAC/MECHANICAL SYSTEMS, MARINE CORPS AIR
STATION, CHERRY POINT, NORTH CAROLINA SOL N62470-00-D-3706 DUE 062700
POC Marsha Temple, Contract Specialist, (252) 466-475l E-MAIL:
N62470-00-D-3706, TempleMG@efdlant.navfac.navy.mil. This procurement is
for one solicitaion resulting in the award of up to five Indefinite
Delivery Indefinite Quantity (IDIQ) Construction Contracts to the
responsible proposers 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 Government reserves the
right to award fewer than five contracts if sufficient number of
acceptable proposals are not submitted to make awards. The Government
may consider volume of work under these contracts when requesting bids
for new projects in order to affect an equitable distribution of work.
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 proposer submiting the lowest total
price and to award to the proposer submitting the proposal determined
by the Government to be the most advantageious to the Govenrment.
PROPOSERS ARE ADVISED THAT AN AWARDMAY BE MADE WITHOUT EXCHANGES OR ANY
CONTACT CONCERNING THE PROPOSALS RECEIVED. The work will consist of
HVAC/Mechanical with associated electrical work and incidental related
work at Marine Corps Air Station, Cherry Point, North Carolina.
Projects assigned to the IDIQ contracts will use the Multiple Award
Construction Contract (MACC) approach to scope and price the work.
After award of the initial contract(s), up to five contractors, will
compete for task orders based on best value, low price or low price
technically acceptable to the Government. The work will be demolition,
repair, replacement, extension and modification of HVAC/Mechanical
systems, steam and condensate lines, minor boiler repair, plumbing,
piping, motors, controls and incidental work, including, but not
limited to, painting, asbestos/lead paint abatement, architectural
modifications, and related electrical work. Each contract will be for
one base year with two one-year options. The total 3-year (base year
and two option years) not-to-exceed amount for all five IDIQ contracts
is $15,000,000.00. No one contract will be awarded or exceed
$5,000,000.00 per annual year. Construction schedules will be
determined for each project at the issuance of each task order. The
five best value contractors will be selected for the award of either
the seed project or the award of one of the five contracts with a
minimum guarantee of $10,000.00 to each successful offeror over the
full term of the contract to include the option years. The first IDIQ
construction contract of the five will be awarded with a firm fixed
price, 100% design as the seed project. This is a RFP, which requires
submission of technical and price proposals. Evaluation of award will
be based on technical factors including (A) Past Performance, (B)
Management and Organization, and (C) Support for Small, Small
Disadvantaged and Women Owned Businesses. Management and Organization
has subfactors which are: (1) Corporate Experience, (2) Key Personnel,
(3) Safety and Health and (4) Financial statement for the last 2
years, including Bonding Capability for projects of size and nature
envisioned. Support for Small, Small Disadvantaged and Women Owned
Businesses has subfactors (1) Subcontracting Past Performance and (2)
Subcontracting Plan Effort. It will also be based on pricing full plans
and specifications for the seed project, N62470-00-D-3706, Replace HVAC
Systems, Rooms, 137, 148 and 151, Building 199, Marine Corps Air
Station, Cherry Point, North Carolina, which has an estimated cost
range of $100,000.00 to $250,000,000. The Best Value Contractor of the
five IDIQ contracts will be awarded the seed project with the initial
award. All five contractors will compete on subsequent task orders.
These subsequent projects will be non-complex performance oriented
tasks requiring minimal design. Award factors will vary depending on
the unique requirements for each task order, however, pricing will be
weighted heavily. The awarded task order will be a firm fixed price
task with a specific completion date. Should the second, third or
fourth IDIQ Contractor be unable to competitively secure a task order
to meet the minimum quarantee, award considerations may be modified in
order to ensure each participating Contractor is awarded task orders
meeting the minimum guarantee. All initial awarded Contractors will be
required to participate in all MACC walk-throughs, if required, and
submit proposals. Failure to participate responsibly in walk-throughs
and failure to submit proposals on task orders may result in the
Government not issuing additional task orders or exercising the option
to extend the contact for an additional year. The contract will be
awarded to the best value offeror in accordance with the requirements
of FAR Part 15. Only the five selected Contractors will be permitted to
propose on the task orders. Proposals from another Contractor will not
be accepted. A minimum of two proposals will satisfy the competitive
requirements of MACC and preclude the necessity of soliciting for a
replacement contractor if for any reason one of the contracts is
terminated or one of the proposers is not able to participate in the
process. Failure to participate in the task order process may result in
forfeiture of the minimum guarantee amount. Proposed contract is
unrestricted with a SIC of 1711 and Size Standard of $7.0 million. No
public bid opening will be held. A subcontracting plan is required, if
the contract is awarded to a large business. Plans and specifications
will be available on or about 19 June 2000 The estimated date for
receipt of offers is on or about 19 July 2000. There is a $25.00
non-refundable charge per set for plans and specifications. Make Check
or money order, payable to Disbursing Officer, DFAS, Kansas City
Center. Mail to CG, MCAS, Cherry Point, Facilities, OIC, NAVFAC
Contracts, PSC Box 8006, Cherry Point, NC 28533-0006. Posted 05/23/00
(W-SN457788). (0144) Loren Data Corp. http://www.ld.com (SYN# 0233 20000526\Z-0032.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|