|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1998 PSA#2246SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- IDIQ DESIGN BUILD CONSTRUCTION CONTRACTS FOR NEW CONSTRUCTION,
RENOVATION, ALTERATIONS AND REPAIRS AT VARIOUS LOCATIONS IN ARIZONA,
CALIFORNIA, NEVADA, NEW MEXICO, OREGON, AND WASHINGTON SOL
N68711-99-R-6202 DUE 020399 POC Mark R. Schweer (619) 532-2796 THIS
SOLICITATION IS ISSUED AS A 100% SMALL BUSINESS SET ASIDE AND IS
RESTRICTED TO SMALL BUSINESS CONCERNS ONLY. This procurement consists
of one solicitation with the intent to award three or more Indefinite
Quantity Design-Build Construction Contracts to the responsible
proposers whose proposals will be most advantageous to the Government
cost or price and other factors considered. The contracts will be for
a base period of one year with two one-year option periods. The
Government reserves the right to award less than or more than three
contracts under this solicitation or to award only one contract
covering the seed project identified in the RFP if funds are not
available for the minimum guarantee for three or more awards. The
aggregate ceiling amount of all IDIQ contracts awarded as a result of
this RFP shall not exceed $150,000,000. The IDIQ work will be for new
construction, renovation, alteration, improvement, repairs, minor
construction and architecture/engineering design work for these
structures to also include site work, utility, street and sidewalk work
and other associated work, minor buildings, and construction necessary
for a fully functional facility at various locations within Arizona,
California, Nevada, New Mexico, Oregon, and Washington. Projects
assigned to these IDIQ contracts will use the Solution Order Concept
(SOC) approach to scope and price the work. After award of the initial
contracts, each awardee shall be solicited for each subsequent task
order, except under those circumstances described in FAR 16.505 (b)(2).
Construction schedules and work locations will be determined for each
project at the issuance of each task order. All contractors selected
for IDIQ award will be required to participate in all Task Order site
visits and submit proposals. Failure to participate responsibly in site
visits renders a contractor ineligible to submit proposals on Task
Orders. Evaluation for award of the seed project will be based on the
following technical factors: Factor 1: Past Performance, Factor 2:
Project Management, Subfactor 2.1: Design-Build Team Project
Experience, Subfactor 2.1.1: Experience with multiple projects,
Subfactor 2.1.2: Technical Experience of Design Team, Subfactor 2.2:
Capacity to accomplish the work, Subfactor 2.2.1: Bonding Capacity,
Subfactor 2.2.2: Organizational Capacity, Subfactor 2.2.3: Quality
Control Capacity, Factor 3: Technical Approach, Subfactor 3.1: Project
specific work plan/schedule, Subfactor 3.2: Project Specific Design
Drawings/Materials. A portion of the evaluation criteria will be
presented utilizing Oral presentations and the remaining evaluation
criteria will be submitted in written format. Technical evaluation
criteria will be approximately equal to price factors for purposes of
award. Proposers will utilize the Evaluated Total Cost Method (ETCM)
for the submission of cost or price data. The seed project will be a
Fitness Center/Gymnasium, in the San Onofre (52 Area) at the Marine
Corps Base, Camp Pendleton, California. This will be a 2,230 Square
Meter reinforced concrete and masonry Fitness Center/Gymnasium with a
concrete foundation and floor, insulated metal roof, work flooring, HV
and built in bleachers. Facilities within the building include
racquetball and basketball courts, exercise/weightrooms, locker rooms
and saunas, administrative spaces, storage/issue rooms and all
necessary fire protection systems and life safety considerations. Site
improvements include asphalt concrete paving, landscaping and all site
utilities. The cost limitation for the seed project is $5,000,000.
Proposals that exceed this amount may not be considered. Plans and
specifications will be available on January 4, 1999. Plans and
specifications will be available and issued over the internet at
address://www.efdswest.navfac.navy.mil -- once in this website, link to
Electronic Solicitations. Proposals will be due on February 3, 1999.
Plan holders lists will not be faxed and will be available at the
internet website address listed above. Hard copy paper plans and
specifications will not be available. The Standard Industrial Code is
1629. A preproposal site visit and conference is scheduled for January
12, 1999 at 9:00 A.M. at the Resident Officer in Charge of
Construction, Camp Pendleton, Building 22101, Marine Corps Base, Camp
Pendleton, California. Call Kris Subbarao at (760) 725-8960 for
reservations. Posted 12/17/98 (W-SN281434). (0351) Loren Data Corp. http://www.ld.com (SYN# 0077 19981221\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|