|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039Officer in Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL
32508-5225 Y -- INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR MECHANICAL
AND ELECTRICAL CONSTRUCTION AT NAVAL AIR STATION, PENSACOLA, FLORIDA
AND SURROUNDING NAVAL INSTALLATIONS SOL N65114-95-R-2180 DUE 052598 POC
Sharon Burgdoff, Contract Specialist, at (850) 452-4616, ext. 130 for
any technical inquiries ot Daphne Dillard at (850) 452-4616, ext. 135
for availability of plans and specifications. The cost for each set of
plans and specifications is $85.00. This charge is non-refundable. To
order plans and specifications, forward your company check, money
order, corporate VISA or Mastercard number (with expiration date),
payable to Defense Automated Printing Service, 280 Hovey Road,
Pensacola, FL 32508-1048, Attention: Thomas J. Morris. (Cash, personal
checks and credit cards will not be accepted.) Project description:
This procurement is for one solicitation resulting in the award of
three Indefinite Delivery Indefinite Quantity (IDIQ) construction
Contracts to the responsible proposors whose proposals, conforming to
the RFP, will be the most advantageous to the Government resulting in
the Best Value, cost or price and other factors considered. The
pre-proposal conference will be held on 18 March 1998 at Building 746,
520 Turner Street, Pensacola, Florida. The work is for mechanical and
electrical construction (including possibility of some design effort
at NAS Pensacola; Naval Technical Training Center, Corry Station; Naval
Education and Training Program Management Support Activity, Saufley;
Naval Hospital Pensacola; NAS Whiting Field, Milton; Naval Coastal
Research Lab, Panama City, FL; and various Reserve Centers in Alabama.
Projects assigned to these IDIQ contracts will use the Solution Order
Concept (SOC) approach to scope and price for the work. After award of
the initial contract to three contractors, they will compete for task
orders based on either best value ot low price technically acceptable
to the government through Government/Contractor Team cooperative
scoping of the work. Each contract will be for one base year with two,
one-year options. The total 3 year (Base Year and Two Option Years)
estimated construction costs for all IDIQ contracts is $15,000,000.00.
Construction schedules will be determined for each project at the
issuance of each task order. The initial awards will be based on
technical factors including (1) Experience/Qualifications, (2) Past
Performance, (3) Technical Approach, and (4) Small Business
Subcontracting Effort. The seed project consists of N65114-95-D-2180
HVAC Repairs to Bldg. 633. The other two awardees will be awarded with
a $100,000.00 minimum guarantee IDIQ contract under contract numbers
N65114-98-D-2494 and N65114-98-D-2498, awarded at the same time with
selection based on same criteria. Only the three selected contractors
will be permitted to compete on future task orders. These subsequent
projects will be non-complex performance oriented tasks requiring
minimal design. They will be scoped by the Government/Contractor team
and may have traditional plans and specifications, but may include
sketches, and requests for catalog cuts or other submittals. The
salient requirements of the task order will be scoped by the
Government/Contractor team in order to develop mutally agreed upon
statement of work. Award factors will vary depending on the unique
requirements of each task order, however, pricing will weigh heavily.
The awarded task order will be a performance scoped, firm fixed price
task with a specific completion date. All Contractors will be required
to participate in all SOC walk throughs and submit proposals for task
orders estimated to exceed $25,000. Failure to participate responsibly
in walk throughs and submit proposals on task order may result in the
Government not exercising the option to extend the contract for an
additional year to that contractor. Only the selected Contractors will
be permitted to propose on the task orders. Proposals from other
contractos will not be accepted. A minimum of two proposals will
satisfy the requirements of SOC and preclude the necessity of
soliciting for a replacement contract if for any reason a contract is
terminated or one of the proposors is not able to participate in the
process. THIS SOLICITATION IS HEREBY BEING ISSUED ON AL "UNRESTRICTED"
BASIS INVITING FULL AND OPEN COMPETITION. There will be one Request
for Proposals (RFP) package containing the SEED project. No telephone
orders for the RFP will be accepted.To obtain a planholders list, fax
your request to (850) 452-4511, Attn: Thomas J. Morris. Planholders
lists will be U.S. mailed, not faxed. For inquiried prior about Date of
receipt of Proposals or number of Amendments, contact Sharon Burgdoff
at (850) 452-4616, ext. 130. Technical inquiries prior to Receipt of
Proposals MUST be submitted in writing 10 days before Receipt of
Proposals to the address listed above or faxed to (850) 452-4505 or
9398, Attn: Sharon Burgdoff. (0054) Loren Data Corp. http://www.ld.com (SYN# 0132 19980225\Y-0009.SOL)
Y - Construction of Structures and Facilities Index Page
|
|