Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1999 PSA#2301

Northern 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