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 -- MAINTENANCE, REPAIR AND ALTERATIONS OF REAL PROPERTY, MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) PRIMARILY IN THE STATES OF NH, ME AND VT, SOL N62472-99-R-0819 DUE 122299 POC Irene Katacinski, Contract Specialist, 610-595-0628 This is a Procurement Notice: THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The SIC (Standard Industrial Classification) is 1541 and the Small Business Size Standard is $17 million. This solicitation will result in award of Multiple Award Construction Contract (MACC). The MACC will include up to four (4) Indefinite Quantity contracts with firm fixed price task orders. The work contemplated under this procurement shall include maintenance, repair, alteration, and construction (which may include design/build services) for buildings and structures and related systems and equipment. Projects may include asbestos removal and demolition. The work will be concentrated at, but not limited to the Northern New England region which includes Maine, New Hampshire and Vermont. Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a Best Value evaluation, price and other factorsconsidered. The task orders under the contract will be issued for construction and/or design-build projects. The Request for Proposal procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1)Past Performance, 2)Management Approach, 3)Specialized Technical Experience, Expertise and Qualifications, and 4)Commitment to Small Business Concerns. The offeror will be required to provide information regarding their construction phasing and their construction team. The Request for Proposal package will be available 22 November 1999 and the estimated receipt of proposals date is 2:00 p.m. on 22 December 1999 at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. The maximum value of this contract will be $30 million over the 5 years of contract performance. A bid guarantee in the amount of $3 million to remain in effect throughout the full term of the contract will be required to be submitted with the proposal. The anticipated range for each task order will generally be between $100 thousand and $3 million dollars. The seed project includes renovation of an existing Bachelor Officers Quarters Building 315 in Portsmouth, NH. Renovations are to the interior 26 rooms and also a common area. Renovations include the removal of vanities, sinks, mirrors, toilets, bathtubs, carpeting, exhaust fans, flooring and non-load bearing partitions. New work includes installation of modular shower units, vanities, fixtures, toilets, medicine cabinets, vinyl sheet flooring, exhaust fans and associated duct work, a make-up air unit, PTAC units, partition walls, a sauna and finned tube radiation. Minor electric work is required. The estimated cost range for this seed project is $100,000.00 -- $500,000.00. Davis Bacon Wages will be applicable to this project. The seed project will not require design services. The minimum guarantee will be met when the seed project is awarded under the RFP N62472-99-R-0819 for the first contract award. Each of the remaining up to four contracts awarded will contain a minimum guarantee of $50,000.00 over the five years of contract performance. Since it is anticpated 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. All contractors awarded a contract will competitively quote on the subsequent task orders. 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/or price proposals on future task orders may 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 building construction for new and renovation projects. All key professional disciplines (architectural/engineering) shall be registered. This acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4 "Notice of Price Evaluation Preference for Hubzone Small Business Concerns". In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to the electronic medium or CD-ROM; solicitation will be available for download free of charge via Internet World Wide Web at www.efdnorth.navfac.navy.mil.code02.html. Hard copies (paper sets) of the solicitation will not be provided by the Government. 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 web site for this project when plans and specifications become available. Official Planholders will be maintained on and can be printed from the website. Planholders lists will not be faxed and will only be available from the website. 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, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged business, large business and if the firm is a women owned business. 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 daily for any posted changes to the solicitations, which will be available on or about 22 November 1999. 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 for solicitations issued after May 31, 1998, 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 website at http:/ccr2000.com or by referring to DFARS Subpart 204.703. Offerors should submit vertification of their firm's registration in the CCR Database with their proposal. (Many firms and commercial printing services have the capability to print the RFP and RFP planholders list off the internet). Technical questions concerning this project to Irene Katacinski at (610) 595-0644. Posted 10/25/99 (W-SN394621). (0298)

Loren Data Corp. http://www.ld.com (SYN# 0142 19991027\Z-0020.SOL)


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