Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1998 PSA#2246

SOUTHWESTNAVFACENGCOM, 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