Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039

Officer 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