Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1999 PSA#2463

Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Z -- FAMILY HSG DESIGN, CONSTRUCTION, MAINTENANCE AND REPAIRS, MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) NORTH EASTERN STATES SOL N62472-99-R-0829 DUE 122199 POC Andy Donahue, Contract Specialist,, 610-595-0627 This is a Procurement Notice: This procurement is UNRESTRICTED. It is the governments intention to award up to four (4) separate contracts, encompassing a five (5) year performance period. The scope of the work shall include interior and exterior construction, repair, and demolition work for Navy housing units (e.g. single family housing, duplex's, townhouses, Navy lodges, BOQ's, BEQ's etc.), including the ability to do design build projects. Separate Task Orders will be issued for each project. The Government reserves the right to award up to four contracts under this solicitation or to award only one contract covering the Greene Lane seed project identified under the solicitation. The solicitation will contain two (2) seed projects; the Greene Lane whole house revitalization project at the Naval Station Newport, Newport, RI., and the Nautilus Park whole house revitalization project at the Naval Submarine Base New London, Groton, CT. Only one (1) of the two seed projects, specifically the Greene Lane whole house revitalization project at the Naval Station Newport, Newport, RI., will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. Both seed projects will be evaluated as to price. It is the governments intention to first select up to four (4) successful offerors for contract award and to then determine which of the up to four (4) selected offerors will receive the two seed projects. To select the up to four (4) successful offerors for contract award, the government will base the price evaluation on the total aggregate cost proposed for both of the seed projects. Based on the aggregate proposed price and other non-price factors, up to four (4) firms offering the proposals considered most advantageous to the government, will be selected to receive the MACC contracts. After the selection of up to four (4) firms that will receive the MACC contract awards, the government will evaluate the individual cost proposals submitted for the Greene Lane project and the Nautilus Park project. Only cost proposals received from the up to four (4) contractors selected for MACC awards will be evaluated at this time. Award of the Greene Lane seed project will be made to the contractor offering the lowest evaluated total price for the Greene Lane project. The government may award the Nautilus Park project to other than the low bidder in order to ensure that each participating contractor is awarded task orders to meet the minimum contract guarantees. However, the government reserves the right to award the Nautilus Park project to the same contractor that receives award of the Greene Lane seed project. Each of the up to four (4) awardees that do not receive award of one of the two seed projects will receive a minimum guarantee of $100,000.00 to be reached over the contract performance period of sixty months. Subsequent Task Orders will be competed only among the up to four successful contractors. Award of each subsequent Task Order may be based on either Best Value to the Government or low price. There is no set maximum amount to be awarded under each of the up to four (4) contracts awarded other than that the total amount for all task orders issued during the five (5) year term, regardless of the number of contracts awarded, will not exceed the amount of $250 million. The work contemplated under this procurement encompasses all management, supervision, labor, materials, tools, equipment, and transportation to provide interior and exterior new construction, maintenance, repair and alterations of Navy housing units including the ability to do design build projects. Projects may include renovation of kitchens, modernization of bathrooms, carpeting and new sheet vinyl flooring, demolition, interior remodeling, mechanical systems, electrical systems, exterior finishes, roofing, windows, garages, carports, exterior living areas, exterior storage, asbestos and lead paint removal, demolition to reduce site density, sidewalks, exterior lighting and other related site work in accordance with the contractrequirements. The work will be concentrate at, but not limited to Northern Division's 10 state area which includes Maine, New Hampshire, Rhode Island, Connecticut, Vermont, Massachusetts, New York, New Jersey, Pennsylvania and Delaware. The solicitation will incorporate two initial or seed projects for award; Greene Lane and Nautilus Park. The Green Lane project is for whole house revitalization of 70 enlisted homes located in Greene Lane, and whole house revitalization of 76 enlisted and officer homes located at Greene Lane, Rainbow Heights, the Naval Hospital and at Cloyne Court at the Naval Education and Training Center, Newport, RI. The scope of work involves revitalization of units, demolition to recover space to construct garages and demolition to reduce site density, and the construction of garages at selected units. Specific work includes complete renovation of kitchens, reconfiguration of interior partitions, modernization of all bathrooms, construction of a front entry porch, carpeting and vinyl flooring, replacement of boilers and heaters, replacement of electrical wiring, exterior siding, replacement of roofing, windows and exterior doors, replacement of carports with garages, new patios, exterior storage sheds, removal of hazardous materials, and other related site work. The estimated price range for the Greene Lane project is more than $10 million. The Nautilus Park project is for the revitalization of 72 enlisted homes at the Naval Submarine Base New London, Groton, CT. Work includes revitalization of kitchens and baths, the addition of a half bath or master bath, replacement of windows, heaters and floors; replace electrical wiring, replace carports with garages, abate lead-based paint and asbestos, replace roofs and other related site work. The estimated price range for the Nautilus Park project is between $5 -- $10 million. No design services are required for either of the two seed projects. Source Selection procedures will be utilized for this procurement. Up to four (4) separate contracts may be awarded to the responsible offerors whose proposals, confirming to this Request for Proposals (RFP), are considered to be the most advantageous to the Government as a result of Best Value evaluation, price and other factors considered. Offerors will be required to respond to technical/management factors. The estimated date that the Request for Proposal package will be available is 10 November 1999 and the estimated receipt of proposals date is 2:00 p.m. on 21 December 1999 at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. Future task orders under the contract will be issued for design-build and/or construction projects. The anticipated range for each task order will generally be between $1M and $20M. All contractors awarded a contract, including the contractor(s) who receives award of the seed project(s), will competitively quote on the subsequent task orders based on either Best Value to the Government or Lowest Price. Award of a task order may be made to only one firm if it is necessary to place an order to satisfy a minimum guarantee. Failure to submit technical and price proposals on future task orders my result in the Government not placing future orders on the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require multi-disciplined design services in all aspects of structural construction for new and renovation projects. All key professional disciplines shall be registered. THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The SIC (Standard Industry Code) for the two seed projects is 1521 and the Small Business Size Standard is $17M. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: http://www.efdnorth.navfac.navy.mil/ebs/asp/advertisedsolicitations.asp Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download. All prospective offerors are encouraged to register on the Northern division Internet ebs site for this project when plans and specifications become available. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Contractors interested in obtaining notification when the Request for Proposal package is electronically posted on the Internet may fax to Ms Sheila Brown at 610-595-0644 on your company letterhead the following information: solicitation number and title of project, complete address, point of contact, area code and phone number, area code and fax number, e-mail address, identify whether the firm is a prime contractor or sub-contractor. Recording companies and blueprint companies are also required to forward their information via fax. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the internet site listed below daily for any posted changes to the solicitations plans and specifications. Per the Debt Collections Improvement Act of 1996, The Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFARS Subpart 204.73. For technical questions concerning this project, please fax to Andy Donahue at (610) 595-0644. Posted CITE: (W-287 SN391824) Posted 10/25/99 (W-SN394585). (0298)

Loren Data Corp. http://www.ld.com (SYN# 0127 19991027\Z-0005.SOL)


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