Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 18, 2001 PSA #2895
SOLICITATIONS

Z -- INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR FIRE PROTECTION SYSTEMS AT VARIOUS FEDERAL INSTALLATIONS

Notice Date
July 16, 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-0406
Response Due
August 21, 2001
Point of Contact
Agnes Copeland, Code 0212 FAX # (843) 818-6313
Description
PRE-SOLICITATION NOTICE: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. This procurement is for one solicitation resulting in the possible award of three Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts (N62467-01-R-0406, N62467-01-R-0407 AND N62467-01-R-0408) to the responsible proposers whose proposals conforming to the RFP will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. The work is for Fire Protection Systems installation at various federal installations in AL, AK, CO, IL IN, IA, KY, LA, MI, MN, MS, MO, NB, ND, OK, OH, SD, TN, TX, WI and WY with multiple projects for Fire Protection Improvements, NAS/JRB, FT. Worth, TX. Other projects will include fire sprinkler, fire alarm, and other special extinguishing systems, and minor life safety improvements. The anticipated construction cost for each task order is between $10,000 and $100,000. After award of the initial contracts to three contractors, they will compete for tasks orders based on either best value or low price technically acceptable to the government through Government/Contractor Team cooperative scoping of the work. Contractor shall be competent and experienced in the design and installation of all aspects of fire sprinkler systems (including releasing systems and ADA compliance), and special extinguishing systems (carbon dioxide and FM-200). Contractor's design qualifications shall include minimum NICET Level III certifications in fire sprinkler, fire alarm, and special extinguishing systems (all 3 areas) or the firm shall have a registered professional fire protection engineer who obtained their registration by passing the fire protection portion of the NCEE examination. Contractor shall have a minimum of 5 years successful experience with verifiable references. This design expertise shall reside within the contractor's firm and not as a contracted consultant. Partnering of two or more firms to provide the necessary expertise in each of the three areas is acceptable. Firms shall have the capability to abate hazardous materials (asbestos and lead paint) as necessary to complete the installation of the primary work. This capability may be obtained by partnering with a specialty hazardous material firm. This firm shall provide full professional design, testing, abatement/removal, disposal, and compliance verification. Each contract will be for one base year with two, one year options. The total 3-year (Base Year and Two Option Years) estimated construction cost for all IDIQ contracts is 30 Million. Construction schedules will be determined for each project at the issuance of each task order. The three contractors will be selected based on Best Value. The IDIQ construction contracts will be awarded with a firm fixed price. The initial award will be based on technical factors such as (1) Past Performance (2) Small Business Subcontracting Effort, (3) Technical Qualifications. It will also be based on pricing of the seed projects of Fire Protection Improvements, NAS, JRB, Ft. Worth, TX (1) Buildings 1027, and 1213, (2) Buildings 1423 and 1425 and Building 1251. There will be a SITE VISIT/PRE-PROPOSAL CONFERENCE AT 9:00 AM on TUESDAY, 24 JULY 2001. Contact David Beaty at (817) 782-5274 to provide Company name and number of participants to attend. Firms are to meet at the ROICC OFFICE, 1215 Depot Avenue, Ft. Worth, TX by 9:00 AM on Tuesday, 24 July 2001. As part of the pricing, the contractors will be required to participate with the Government in an on-site scope meeting for the proposed seed projects. The total estimated construction cost for the seed projects is between $100,000 to $250,000. The minimum guarantee of $10,000 will be met with the awards of the 3 seed projects. The Government reserves the right to award the best value combination for the seed projects after the three awardees have been determined. All contracts will be awarded at the same time with selection based on the same criteria. Only the three selected contractors will be permitted to compete on future task orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. They will be scoped by the Government/Contractor team and may have traditional plans and specifications but may include sketches, and requests for catalog cuts or 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. Award factors will vary depending on the unique requirements of each Task Order. The awarded task order will be a performance scoped, firm fixed price task with a specific completion date. All contractors will be encouraged to participate in all walk throughs and submit proposals for task orders. Failure to participate responsibly in walk-throughs and submit proposals on task orders may result in the Government not exercising the option to extend the contract for an additional year to that contractor. Only the selected Contractors will be permitted to propose on the task orders. Proposals from other contractors will not be accepted. A minimum of two proposals will satisfy the competitive requirements and preclude the necessity of soliciting for a replacement contract if for any reason a contract is terminated or one of the proposers is not able to participate in the process. The Government intends to issue the RFP on the WEB only. The RFP is tentatively scheduled to be issued on 19 JULY 2001 with a due date of 21 AUGUST 2001 at 11:00 AM. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil/ . The official plan holders list will be maintained and can be printed from the website. AMENDMENTS will be posted on the web site for downloading. This will normally be the ONLY method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEBSITE 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. When submitting your RFP package, please identify on the outside of your package: N62467-01-R-0406, ATTN: Agnes Copeland, CODE 0212AC, "DO NOT OPEN IN MAIL ROOM". For inquiries about proposal due date or number of amendments issued, contact Susan Clark at 843/820-5775. Technical inquiries must be submitted in writing 15 days before proposals are due to copelandap@efdsouth.navfac.navy.mil, or faxed to 843/818-6313, Attn: Agnes Copeland, Code 0212AC. The NAICS Code is 235110, Plumbing, Heating and Air-Conditioning Contractors, which corresponds with SIC 1711. Standard Size is 11.5 Million.
Record
Loren Data Corp. 20010718/ZSOL009.HTM (W-197 SN50R9Q9)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on July 16, 2001 by Loren Data Corp. -- info@ld.com