|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA
23511-2699 (attn: Code 0222) Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR
RENOVATION, ALTERATIONS, AND REPAIRS FOR THE HAMPTON ROADS AREA,
VIRGINIA SOL N62470-98-R-9979 DUE 100698 POC Printing Assistant,
Priscilla Schaefer, 757-444-5968 -- Contract Specialist, Jennifer
Nelson, 757-322-8266 E-MAIL: Maintenance/Repair,
NelsonJJ@efdlant.navfac.navy.mil. The Atlantic Division, Naval
Facilities Engineering Command intends to obtain construction,
alteration and repair of Government facilities for the Hampton Roads
Area, Virginia by means of Indefinite Delivery Indefinite Quantity
(IDIQ) construction contracts. This procurement is set up for one
solicitation resulting in the multiple awards of up to 5 contracts.
Award will be made to the responsible proposers whose proposals,
conforming to the RFP, will be most advantageous to the Government
resulting in the best values, cost or price and other factors
considered. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT
COVERING ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM
GUARANTEE OF FUNDS ARE NOT IDENTIFIED FOR MULTIPLE AWARDS. The work is
renovation, alterations, repairs, and general construction to be
performed at Government facilities in the Hampton Roads Area, Virginia.
This area includes Yorktown, Williamsburg, Norfolk, Portsmouth,
Virginia Beach, and Chesapeake, Virginia. These IDIQ contracts will use
the Solution Order Concept (SOC) approach to scope and price the work.
After award, contractors will compete for delivery orders based on
either best value or low price technically acceptable to the Government
through Government/Contractor Team cooperative scoping of the work.
Each contract will be for one base year with 2 one year options. The
total three year (Base year and 2 one-year option years) estimated
construction costs for up to 5 IDIQ contracts is $60,000,000.
Construction schedules will be determined for each project at the
issuance of each delivery order. The best value contractors will be
selected for the award of either the seed project or award of one of
the contracts with a minimum guarantee of $500,000. The initial award
will be based on technical factors including: (1) Corporate Experience
for projects similar in size or nature of this contract; (2) Past
Performance; (3) Technical Approach; and (4) Support of the Small
Business Program. The approximate Solicitation Release Date is 1
September 1998. This solicitation is available in electronic format
only. All documents will be in the Adobe Acrobat PDF file format on CD
ROM. The free Acrobat Reader, required to view the PDF files, is
provided on the CD or can be downloaded from the Adobe website.
Drawings are additionally included in the generic TIF graphic format.
A charge will be made for each CD. The cost is $12.50 for each CD. This
price includes priority mail postage. These sets will be made available
upon receipt of a written request, and a non-refundable check or money
order made payable to the U. S. Treasury. Written requests shall be
sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER,
1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please
state area code, telephone number, street address, nine-digit zip code
and whether you are participating as a prime or subcontractor. Any
inquiries regarding plans and specifications shall be directed to Ms.
Priscilla Schaefer at 757-444-5968. Technical inquiries shall be faxed
to 757-322-8264, Attention: Jennifer Nelson, Code 02228. The Standard
Industrial Classification (SIC) Code for this project is 1522 with a
Size Standard of $17,000,000. This project is not set aside for small
business. Large businesses shall submit a subcontracting plan prior to
award of the contract. Posted 07/31/98 (W-SN231044). (0212) Loren Data Corp. http://www.ld.com (SYN# 0182 19980804\Z-0012.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|