Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1997 PSA#1893

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Z -- MAINTENANCE, REPAIR AND ALTERATIONS OF REAL PROPERTY AT THE NETC, NEWPORT, RI SOL N62472-98-R-0812 DUE 082997 POC J A Mercede, Contract Specialist, 610-595-0635. This is a Pre-Solicitation Notice: This project shall include all maintenance, repair, alteration, and minor construction services for buildings and structures and related systems and equipment at the Naval Education and Training Center, Newport, RI and surrounding Naval and Marine Corps Reserve Centers. A MARC (Multiple Award Regional Contract) solicitation will be issued in an effort to acquire the performance of varying maintenance-construction requirements at each of the aforementioned activities that will be necessary in support of maintenance of the facilities and buildings. One solicitation encompassing the work requirements for all areas cited above will be issued. This procurement will result in the award of up to four (4) Indefinite Delivery/Indefinite Quantity (IDIQ) Maintenance-Construction contracts. Separate contracts will be awarded to the responsive and responsible proposers whose proposals, conforming to this RFP (Request for Proposals), are considered to be the most advantageous to the Government as a result of Best Value evaluation, cost or price and other factors considered. Each contract will be for a Base one-year performance period plus up to twenty-four months or two one-year option provisions. 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 proposed seed project. A description and requirements of this seed project and the estimated cost range will be identified in the actual project synopsis/or solicitation package, and information pertaining to bonding will also be addressed. Award of the seed project in addition to pricing will also be based on technical evaluation factors such as experience, past performance, technical approach, etc. Up to four (4) Best Value contractors may be selected for the award of either the seed project or the award of one of the up to three other contracts. Each of the up to four contracts awarded will contain a minimum guarantee of $75,000.00 for the full three years of contract performance. The minimum guarantee will be met when the seed project is awarded under RFP N62472-98-R-0812, for the first contracts. The second, N62472-98-R-0813, third, N62472-98-R-0814, and possibly fourth, N62472-98-R-0815 contract, will be awarded at the same time with the same minimum guarantee. Selection criteria stated above for all contracts awarded will be the same criteria as the first selection. The Government reserves the right to award one contract covering only the initial or seed project identified in the RFP. All contractors awarded a contract, including the contractor who receives award for the seed project, will competitively quote on the subsequent task orders. Subsequent projects may be non-complex performance oriented tasks requiring minimal design. 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 or other submittals. The salient requirements of the task orders may be scoped by the Government/Contractor team in order to develop a mutually agreed upon Statement of Work. Award evaluation factors for individual task orders will vary depending on the unique requirements of each task order, however pricing will weigh heavily, or award may be based on price only. The awarded task order may be a performance scoped, firm fixed price task, with a specific completion date. Since it is anticipated 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. Task orders need not be competed if it becomes necessary to place to place an order to satisfy a contract minimum guarantee. All four contractors will be required to participate in all site walk throughs and submit proposals for the intended task order. Failure to participate responsibly in walk throughs and submit porposals on task orders may result in the Government not exercising the option to extend the contract for an additional year. Only the up to four contract awarded contractors will be permitted to propose on the task orders. Proposals from other contractors will not be accepted. A minimum of two-proposals will satisfy the competitive requirements of this procurement and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one of the proposers is not able to participate in the process. Failure to participate responsibly in the task order process may result in forfeiture of the minimum guarantee amount. The maximum value of this contract will be $15M which will be equally divided among the number of contract awardees. A Bid Guarantee in the amount of 20% of $5,000,000.00, the maximum contract amount for each of the three contracts, in effect through the full term of the contracts and applicable to each awarded task orders will be required. Prospective bidders are advised that after bid opening but prior to award they will be required to submit specialized experience information pertaining to demonstration of their ability to meet the minimum qualifications, including their subcontractors and/or their employees. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED' BASIS INVITING FULL AND OPEN COMPETITION. DFAR Clause 252.219-7008-Notice of Evaluation Preference for Small Disadvantaged Business Concerns-Construction Acquisitions-Test Program (APR 1996) will be incorporated into the solicitation, and proposals will be subject to the evaluation criteria set forth therein. A Small, Small Disaadvantaged 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. The SIC (Standard Industry Code) is 1541 and the Small Business Size Standard is $17M. The estimated issue date of the solicitation is 31 July 1997 and the estimated receipt of proposals date is 4:00 p.m. on 29 August 1997 at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. Offers interested in obtaining Plans and Specification for this project must submit their request along with a business check, cashier check, money order, Visa or Mastercharge (NO FAXED REQUEST WILL BE ACCEPTED) to DEFENSE AUTOMATED PRINTING SERVICE, PHILADELPHIA NAVAL BUSINESS CENTER, BLDG 77-L, PHILADELPHIA, PA 19112. The amount for receipt of plans and specification will be established at a later date and may be obtained from the printing service office. Each check must be made payable to the U.S. TREASURY and annotated with the applicable solicitation number, N62472-98-R-0812. Two sets of plans and specification will be made available to those contractors who have tendered payment. If the contract solicitation number (N62472-98-R-0812) is not annotated as required or check is not made payable to the U.S. TREASURY, your check will be returned unprocessed. NO PERSONNAL CHECKS WILL BE ACCEPTED. NO PLANS AND SPECIFICATION WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. If you would like further information on the mailing of this solicitation package via expedited courier service, please contact Ms. Donna Szlener at (215) 897-6551. Technical inquiries pertaining to this solicitation are to be submitted in writing by faxed to Mrs. J.A. Mercede, Code 02C, at (610) 595-0671. (0199)

Loren Data Corp. http://www.ld.com (SYN# 0210 19970723\Z-0036.SOL)


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