Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT SOL N68711-99-R-6645 DUE 083199 POC Laura Smith, Contract Specialist, (619) 532-3083 WEB: Home Page Southwest Division Naval Facilities Engineering, http://www.efdsw.navfac.navy.mil/home.htm. E-MAIL: click here to contact the contract specialist via, smithlj@efdsw.navfac.navy.mil. FINAL NOTICE: This procurement consists of one (1) solicitation with the intent to award three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAT THAT SUBMITTING THE LOWEST PRICE. The contracts will be for a base period of one (1) year with two (2) one-year option periods. The Government reserves the right to award three (3) or more contracts under this solicitation or to award only one (1) contract covering the seed project identified in the RFP if funds are not available for the minimum guarantee for three (3) or more awards. THE GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS, THEREFORE, OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The total maximum value for the base term and all options for the aggregate of all IDIQ contracts awarded as a result of this RFP shall not exceed $200,000,000. The minimum task order amount for this contract is $10,000,000 with the exception of meeting the minimum guarantee. The IDIQ work will consist of new construction and design/build for renovation, alteration, repair, and associated architecture/engineering work at various locations within the States of Arizona, New Mexico, and California, and for special programs such as Housing and Non-appropriated funded (NAF) in the States of Nevada, Oregon, and Washington. Types of facilities may include but are not limited to: Bachelors Enlisted Quarters, Wholehouse Revitalization, Child Care Centers, Lodges, Recreation/Fitness Centers, Retail Complexes, Warehouses, Housing Offices, Community Centers and other similar facilities. In support of the design-build strategies, the contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-discipline architectural/engineering design efforts in all aspects of general building for new and renovation projects including comprehensive interior design and lead and asbestos abatement. Projects may also require incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of building types projected to be awarded during the term of the contract. Architectural/Engineering professionals shall be conducting business from an established professional business office. All discipline coordination shall be accomplished by the Contractor's architect/engineering team. All discipline coordination shall be accomplished by the Contractor's architect/engineering team. The government will not coordinate the work for the contractor. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in FAR 16.505 (b)(2). Award factors will vary depending on the unique requirements for each Task Order and may be competed on the basis of price, best value or technically acceptable, low-price selection procedures. The subsequent task orders may be performance-oriented tasks requiring minimal design, may occasionally be complex construction requiring design development for design-build construction, or a combination thereof. They will be scoped by the Government/Contractor team and may not have traditional plans and specifications but may include sketches, and requests for catalog cuts, and other submittals. The salient requirements of the Task Order will be scoped by the Government/Contractor team in order to develop a mutually agreed upon Statement of Work. The exact location of each task order will be indicated by the Contracting Officer. The awarded task order will be a performance-scoped, firm-fixed-price task with a specific completion date. Should any of the IDIQ contractors be 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 guarantee. All contractors will be required to participate in walk-through-exploratory scoping investigations, and to subsequently submit their proposals. Failure to participate responsibly in walk-through-exploratory scoping investigations and to submit proposals on all Task Orders may result in the Government not exercising the option periods called out in the contract. The best value contractor will receive the seed project with award. Upon receipt of funds to cover the minimum guarantee of $1,000,000 or additional projects equal to the minimum guarantee, within the base period, award will be made to the second, third, and any additional selected contractors in succession based on best value. Evaluation for award will be based on written presentation of the following criteria: (1) Past Performance; (2) Subcontracting Effort, (3) Technical/Management with subfactors including: (a) Experience, (b) Capacity to Accomplish Work and (b) Technical Approach; and (4) Pricing for N68711-99-R-6645, the seed project, which will be the first task order of the contract. The seed project is located at San Onofre housing area, Marine Corps Base, Camp Pendleton, California. The intent of this project is to provide all labor and materials necessary to repair and revitalize housing units, to upgrade them to present day design and construction standards, and to bring them into conformance with current building and fire codes. The 130 units consisting of four (4) different floor plans, are one and two story wood-framed structures with stucco facades and wood and brick veneers, concrete floor slabs and asphalt shingle roofs. The scope of work includes, but is not limited to the following: Field investigation of existing conditions, design, engineering, and construction of wholehouse repair and revitalization of housing units, including site work, asbestos and lead paint abatement/encapsulation. Reconfiguration and revitalization of interiors, revitalization of exteriors, site improvements consisting of replacement of unit walkways, grading and drainage repairs, replacement of fencing, installation of landscaping and irrigation system, erosion repairs and control and street and sidewalk repairs. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The Standard Industrial Code is 1542 and the annual size standard is $17 million. It is recommended that subcontracting goals reflect a minimum goal of 45% Small Business, 25% Small Disadvantaged Business, 8% Women-Owned Small Business, 1% HUBZone (if applicable). The estimated cost for the seed project is between $10,000,000 and $25,000,000. Notification of any changes (amendments) to the solicitation will be made only on the internet. It will be the contractor's responsibility to check the web site for any posted changes and information. Tentative issue date is 30 July 1999 with an opening/receipt date approximately 30 days later. A site visit and preproposal conference is tentatively scheduled for 03 August 1999 at 9:00 a.m. and 1:00 p.m. respectively. NOTE: EFFECTIVE ON ALL SOLICITATIONS ISSUED AFTER 31 MARCH 1998, YOU MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD OF A DoD CONTRACT. FOR MORE INFORMATION SEE THE CCR WEBSITE at http://ccr.edi.disa.mil Note: Plans and specs for this project will be available only over the internet at http://www.efdsw.navfac.navy.mil/home.htm as an Electronic Bid Set (EBS). Plan holders lists will not be faxed and will be available only at the Internet website address listed above. The response time required by FAR 5.203 will begin on the date of issuance of the EBS solicitation. TELEPHONE REQUESTS WILL NOT BE ACCEPTED FOR SOLICITATION PACKAGES. Posted 07/22/99 (W-SN358060). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0191 19990726\Z-0003.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page