|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1999 PSA#2301Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Z -- WATERFRONT CONSTRUCTION AND REPAIRS MULTIPLE AWARD REGIONAL
CONTRACT(MARC) PRIMARILY IN THE STATES OF ME, NH, RI, CT, VT, MA, NY,
NJ, PA AND DELAWARE SOL N62472-99-R-0801 DUE 050799 POC Marylou Morgan,
Contract Specialist, 610-595-0831. This is a Pre-Solicitation Notice:
The work contemplated under this procurement shall include all
construction and repair work for waterfront structures such as piers,
wharfs, seawalls and other similar strucutures in tidal waters.
Projects may include provisions for additional related requirements
such as electrical equipment including transformers, switchgear, and
wiring; and repairs to various utilities. The work will be concentrated
at, but not limited to Northern Division's 10 state area which includes
Maine, New Hampshire, Rhode Island, Connecticut, Vermont,
Massachusetts, New York, New Jersey, Pennsylvania, Delaware. This
solicitation will result in an award of a Multiple Award Regional
Contract (MARC) of up to three (3) Indefinite Quantity contracts with
firm fixed price task orders. Award of the seed project will be made to
the lowest evaluated price, technically acceptable offer. The remaining
two (2) MARC contracts will be made to those firms offering second and
third lowest evaluated price,technically acceptable offer. The task
orders under the contract will be issued for construction and/or design
build projects. The Request for Proposal procedures will be utilized
for this procurement. Interested firms will be required to respond to
evaluating factors as set forth below. The evaluation factors for
acceptability are 1)Past Performance, 2)Management Approach, 3)
Specialized Technical Experience, Expertise and Qualifications,
Phasing, 4) Commitment to Small Business Concerns. The offeror will be
required to provide information regarding their construction phasing
and their construction team, as well as their design team under these
factors. (THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS
INVITING FULL AND OPEN COMPETITION.) The Request for Proposal package
will be available 07 April 1999 and the estimated receipt of proposals
dates is 2:00 p.m. on 07 May 1999 at Northern Division, Naval
Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum
Industrial Park, Lester, PA19113-2090. The maximum value of this
contract will be $30 million over the 5 years of contract performance.
A bid guarantee in the amount of 20% of $30 million to remain in
effect throughout the full term of the contract will be required to be
submitted with the proposal. The anticipated range for each task order
will generally be between $3.5 million and $15 million. The seed
project includes the structural upgrades of portions of Piers 10, 12,
32 and 33 used for weapons handling from the current rating for 20 Ton
mobile cranes to 75 Ton cranes at the Naval Submarine Base, New
London, Groton, CT. The project will also upgrade electrical equipment
including transformers, switchgear, wiring and on Piers 8, 10, 12, 15,
32 and 33. Repairs will also be required for selected pilings and
fendering and steam, water, sanitary, compressed air utilities. The
project will add cathodic protection systems and provide for demolition
of Pier 4. The project will involve Phased construction to allow for
the Station approvedmovements of submarines. The estimated cost range
for this seed project is $8,000,000-$10,000,000. Davis Bacon Wages will
be applicable to this project. The seed project will not require design
services. A Small, Small Disadvantaged and Women-owned Small Business
Subcontracting Plan pursuant to the FAR Clause 52.219-9(Aug 1996) will
be required to be submitted by all large businesses being considered
for contract award. Each of the up to four contracts awarded will
contain a minimum guarantee of $50 thousand over the five years of
contract performance. The minimum guarantee will be met when the seed
project is awarded under the RFP N62472-99-R-0801 for the first
contract. Since it is anticpated that the first contractor who is
awarded the seed project will meet the minimum amount of their
contract, if the second thru possibly the fourth contractors are unable
to competitively secure a task order to meet the minimum guarantee,
award factors may be modified in order to ensure each participating
contractor is awarded task orders meeting the minimum guarantees. All
contractors awarded a contract, including the contractor who receives
award for the seed project, will competitively quote on the subsequent
task orders based on either Best Value to the Government or Lowest
Price. Award of a task order may be made to only one firm if it is
necessary to place an order to satisfy a minimum guarantee. The
solicitation will incorporate an initial or seed project for award.
Potential proposers may be required to participate with the Government
in an on-site scope meeting for the project to be placed under the
contracts. Failure to submit technical and price proposals on future
task orders may result in the Government not placing future orders on
the contract. Participation in the pre-proposal conference or site
visits for future task orders will be the responsibility of the
offerors and are not directly reimbursable by the Government. Task
orders may require multi-disciplined design services in all aspects of
waterfront construction for new and renovation projects. All key
professional disciplines shall be registered. THIS SOLICITATION IS
BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN
COMPETITION. The SIC (Standard Industrial Classification) is 1629 and
the Small Business Size Standard is $17 million. Step I-In order to
obtain the Preliminary Bid Package, proposers interested in obtaining
plans and specification for this project, must mail in their request on
their company letterhead, stating if you are bidding as a prime
contractor, sub-contractor/supplier, complete address, telephone and
fax number along with a company check, cashier check or money order in
the amount of $30.00 (THIS CHARGE IS NONREFUNABLE) to DEFENSE
AUTOMATED PRINTING SERVICE, BUILDING 4/D, ATTN ROY BOWSER, 700 ROBBINS
AVE., PHILA., PA 19111-5094. Each check must be made payable to the
SUPERINTENDENT OF DOCUMENTS and annotated with the applicable
solicitation number, N62472-99-R-0801. Two sets of plans and
specification will be made available tothose contractors who have
tendered payment. If the contract solicitation number
(N62472-99-R-0801) is not annotated as required or check is not made
payable to the SUPERINTENDENT OF DOCUMENTS, your check will be returned
unprocessed. If you would like further information on the mailing of
this solicitation package via expedited courier service, please contact
Mr. Roy Bowser at (215) 697-1126. Finals and Submission of Bid
Documents will only be availabe to those proposers who have been
determined to be acceptable in response to the inital RFP. Those
documents will be issued by Amendment. The Government reserves the
right to reject any and all proposals at any time prior to award and to
negotiate with any or all offerors. Offerors selected to participate in
Step II of the source selection are advised that it is intended to
award without discussions or any contract concerning the proposals
received. Therefore, proposals should be submitted initially on the
most favorable terms. Offerors should not assume that they will be
contacted or afforded an opportunity to qualify, discuss, or revise
their proposals. Per the Debt Collection Improvement Act of 1996, the
Defense Federal Acquisition Regulation Supplement (DFAR) has been
amended to require all contractors to register in the Department of
Defense (DOD) Central Contractor Registration (CCR) Database. Be
advised for solicitation issued after May 31, 1998, failure to register
in the CCR makes an offeror ineligle for award of DOD contracts.
Information regarding this registration may be obtained by accessing
our website at http:/www.efdnorth.navfac.navy.mil or by referring to
DFARS Subpart 204.73. Offerors should submit vertification of their
firm's registration in the CCR Database with their proposal. For
technical questions concerning this project, please faxed to Marylou
Morgan at (610) 595-0644. Posted 03/10/99 (I-SN307056). (0069) Loren Data Corp. http://www.ld.com (SYN# 0134 19990312\Z-0027.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|