COMMERCE BUSINESS DAILY ISSUE OF JULY 25, 2001 PSA #2900
SOLICITATIONS
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION/REVITALIZATION/ALTERATION AND REPAIR OF VARIOUS DEFENSE FUEL SUPPORT POINTS AT VARIOUS LOCATIONS WITHIN ARIZONA, CALIFORNIA, NEVADA, NEW MEXICO, OREGON IDAHO, MONTANA, UTAH
- Notice Date
- July 23, 2001
- Contracting Office
- Southwest Divsion, Naval Facilities Engineering Command, Regional Contracts Te
- ZIP Code
- 00000
- Solicitation Number
- N68711-01-R-6236
- Response Due
- September 13, 2001
- Point of Contact
- Contract Specialist, Lisa A. Crawford, 619-532-1261
- E-Mail Address
- crawfordla (crawfordla@efdsw.navfac.navy.mil)
- Description
- This procurement is being advertised on an unrestricted basis inviting full and open competition. This procurement consists of one solicitation with the intent to award three 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 THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS BEST TERM. The Government reserves the right to award only one contract covering the project identified in the RFP if the minimum guarantee of funds is not available for three or more awards. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation/revitalization/alteration and repair by Design-Build or Design-Bid-Build of various fuels projects at various locations within Arizona, California, Nevada, New Mexico, Oregon, Idaho, Montana, Utah, Washington, and Alaska. However, it is anticipated that the majority of the work will be performed in California. Type of work/projects may include, but is not limited to: fuel, petroleum, oil and lubricant dispensing, distribution and storage systems, monitoring, detection, security and containment systems, tanks, piping, and fueling hydrant repairs, minor buildings, site work and utilities necessary to provide fully functional facilities. The North American Industry Code Standard is 234930 and the annual size standard is $27.5 million. 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. 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. Lead Design (A/E) firms their subsidiaries and affiliates that were involved at the RFP or design stage of a project may not be proposed or used on the relative project. The Contractor's A/E team shall accomplish all discipline coordination. The government shall 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. Task orders may be performance oriented requiring minimal design, may occasionally be complex construction requiring design development for design-build construction, or a combination of both. Task orders may not have traditional plans and specifications but may include sketches, and requests for catalog cuts, and other submittals. The Government/Contractor Team will scope the salient requirements of the task order in order to develop a mutually agreed upon Statement of Work. 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. The basic contract period will be for 12 months (or earlier as determined by the Contracting Officer after the government orders the maximum aggregate contract amount of $30 million). The contract contains four (4) 12-month options for a total maximum duration of 60 months or an aggregate value of $30 million, whichever occurs first. The minimum task order amount for this contract is $2,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $25,000 is guaranteed to be ordered to each awardee, under the basic performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. Selection for award will be based evaluation of the following: Factor 1 -- Past Performance of Offeror and Offeror's Team; Factor 2 -- Small Business Subcontracting Effort; Factor 3 -- Technical Experience of Offeror and Offeror's Team; Factor 4 -- Engineering; Factor 5 -- Price (based on Proposed Task Order 0001). The recommended subcontracting goals for the contract value (based and all options periods) are as follows: 5% -- Woman-Owned Small Business; 10% -- Small Disadvantaged Business; 2% -- HUBZone Small Business; 3% -- Veteran-Owned/Service Disabled Veteran-Owned Small Business; 2% -- Utilization of Locally-Owned Small Business (for work in China Lake only); 23% -- and Other Small Business. Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. The Prototypical Proposed Task Order 0001 is to provide all labor and materials necessary for all labor, materials and equipment necessary to construct the Fuels System Ice Inhibitor (FSII) project in accordance with government-furnished plans and specifications. The work to be accomplished shall include installing the Government Furnished Equipment (GFE) FSII injectors and storage tank; provide and install the required piping, equipment, fence, hardware; construct all supports, concrete pads, containment for the storage tank, asphalt roadway pavement; perform startup, operational testing, acceptance testing; waste disposal and cleanup. The site is a relatively flat area, which is adjacent to a road and is readily accessible without any obstruction. No work related to environmental remediation is required as the need for such work is not anticipated. Any environmental work requirement identified after award will be accomplished by modification to the task order. The Government will provide all utilities. The price range for Task Order 0001 is between $250,000 and $500,000. This prototypical Proposed Task Order is representative of the projects that may be procured through this contract. Proposed Task Order 0001 may or may not be awarded through this contract or any other contract. The Government reserves the right, with sole discretion, subject to the availability of funds, to award Prototypical Proposed Task Order 0001 within 120 calendar days after Contract Award to the offeror submitting the best value proposal in response to the solicitation. A pre-proposal conference is scheduled for 21 August 2001 at 1:00 p.m. sharp. The conference will be held at Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, Building 127, Room 139 (Blue Room), San Diego, California. Registration for the conference is located at the web site shown above. The solicitation will be available in electronic format only. Plans and specifications will be posted on the website at http://www.esol.navfac.navy.mil on or about 14 August 2001. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. The response time set by FAR 5.203 will begin on the date of issuance of the solicitation. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. For inquiries, contact Lisa Crawford at crawfordla@efdsw.navfac.navy.mil. NOTE: Contractor's must be registered in the Central Contractor Register (CCR) prior to award of a DoD contract. For more information, see the CCR website at http://www.ccr2000.com.See Numbered Note(s) 12, 26.***
- Web Link
- crawfordla (http://esol.navfac.navy.mil)
- Record
- Loren Data Corp. 20010725/ZSOL026.HTM (D-204 SN50S6P9)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|