COMMERCE BUSINESS DAILY ISSUE OF MARCH 5, 2001 PSA #2800
SOLICITATIONS
Y -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR THE AREA OF RESPONSIBILITY (AOR) OF SOUTHDIV FIELD OFFICE BARKSDALE AFB, SHREVEPORT, LA, INCLUDING THE MARINE CORPS RESERVE CENTER, TEXARKANA, TX; NAVAL SPACE SURVEILLANCE STATION, LEWISVILLE, AR; AND OTHER AREAS TO BE IDEN
- Notice Date
- March 1, 2001
- Contracting Office
- Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
- ZIP Code
- 29419-9010
- Solicitation Number
- N62467-01-R-0334
- Response Due
- April 20, 2001
- Point of Contact
- Contract Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L. R. Fisk, Code 0211.
- Description
- This Solicitation is being advertised on an "UNRESTRICTED" Basis inviting full and open competition. This procurement is for one solicitation resulting in the award of up to four Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contracts with firm fixed price task orders. Task orders will range from $100,000 to $1,000,000. Each contract will be for a term of three years. One base year and two option years. The total estimated value for all four contracts is $15,000,000 for the three-year term of the contracts. One contract is being targeted for competitive award to an 8(a) and one to a HUBZone firm. One contract will be awarded with a seed project and the remaining contracts will be awarded with a minimum guarantee to $25,000 each. The minimum guarantee applies to the three-year term of the contracts. These contracts will be awarded to the offerors submitting a proposal considered in the best interest of the Government using the Best Value continuum process and tradeoff process in a negotiated acquisition. The scope of work for task orders competed under these IDIQ contracts will primarily be new construction, roofing, demolition, routine renovation and repair of facilities and infrastructure including: 1) barracks and personnel housing facilities, 2) administrative facilities, 3) warehouses and supply facilities, 4) medical and dental facilities; 5) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs); 6) the civil, sanitary, stormwater, mechanical and electrical systems for the Area of Responsibility (AOR) of SOUTHDIV Field Office Barksdale AFB, Shreveport, LA, including Marine Corps Reserve Center, Texarkana, TX, and Naval Space Surveillance Station, Lewisville, AR, and other areas to be identified. After award of the initial contracts, the successful contractors will compete for task orders based on either best value using the trade off process or low price technically acceptable to the government. The task order statements of work will be written based on a Government/Contractor Team cooperative scoping of the work. On-site walk-throughs will be conducted with the IDIQ contractors and appropriate government personnel to jointly access and determine a statement of work ("to-do" list), thereby developing a performance specification for the work. Each contract will be for one base year with two one-year options. The total 3 year (base year and 2 option years) estimated construction costs for all IDIQ Contracts is NTE $15,000,000. Construction schedules will be determined for each project at the issuance of each task order. The anticipated construction cost for each task order is between $100,000 and $1,000,000. This range is for information purposes only and may vary. Proposers will be evaluated on the following equally significant technical factors: FACTOR A Past Performance; FACTOR B -- Small Business Subcontracting Effort (applies to small and large business); FACTOR C Technical Qualifications; and FACTOR D -- Management Approach. Price will also be evaluated. The technical and price proposals will be considered of equal importance. 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 submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. The seed project is the replacement of approximately 10,000 linear feet of the old gas distribution lines ranging from " to 4" diameter in the southeast area of Barksdale AFB. Above ground piping and valves shall be steel and underground piping and valves shall be polyethylene, except where connecting to existing steel. The existing gas distribution operates at approximately 25 psi and consists of a mixture of cast iron, steel, and polyethylene lines ranging from " to 4" diameter. In addition to replacing existing mains and service lines, work also includes replacing existing service shut off valves, valve boxes, and pressure regulators. Completion schedule for the project is 165 days from contract award. The estimated cost of construction is $100, 000 to $500,000. The first task order expected to be competed among those firms awarded IDIQ contracts under this solicitation has been identified as interior repairs at the Marine Corp Reserve Center, Texarkana, TX. The work will likely consist of removal and replacement of carpet and accessories; removal and replacement of an 84 gallon water heater; removal and replacement of interior and exterior windows; removal and replacement of HVAC system; and installation of a fire alarm system. The estimated cost of construction is $100,000 TO $500,000. Completion schedule for the project is 195 days from Task Order Award. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue the RFP on the WEB only. The solicitation will be issued on or about 21 March 2001, with a proposal due date of 20 April 2001 . The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register on the web site. The official plan holders list will be maintained and can be printed from the web from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.ccr2000.com. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/818-6882, Attn: Janet Lietha, Code 0211JL. The NAICS Code for this project is 23332: Commercial and Institutional Building Construction. The Standard Size is $27,500,000.00.
- Record
- Loren Data Corp. 20010305/YSOL002.HTM (W-060 SN50F0D2)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on March 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|