Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR CONSTRUCTION AND DESIGN-BUILD FOR EXTERIOR UTILITIES CONSTRUCTION AND REPAIR AND ASSOCIATED WORK IN VARIOUS LOCATIONS IN CALIFORNIA, ARIZONA, NEVADA, AND NEW MEXICO SOL N68711-00-R-0218 DUE 101100 POC Lisa Crawford, Contract Specialist, (619) 532-1261 THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. The Government reserves the right to award only one contract covering the project identified in the RFP if the minimum guarantee of funds is not available for three or more awards. The Government further reserves the right to award the remaining two or more contracts within 365 calendar days from the date of notification of selection upon the availability of funds for the minimum guarantee. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for construction and design build for exterior utilities construction, repairs, and associated work. The Standard Industrial Code is 1623 and the annual size standard is $27.5 million effective 17 July 2000. The utilities include electrical distribution systems including primary and secondary service, transformers, and associated appurtenance; water distribution systems including mains, laterals, and associated appurtenances; waste water collection systems including laterals, mains, lift stations, and associated appurtenances; storm water collection systems and associated appurtenances; steam distribution and associated appurtenances; and compressed air systems and associated appurtenances; high pressure hydraulic cleaning of sewer lines, emergency pumping of sewer manholes, and sewer lift station wet wells. In conjunction with cleaning process, provide simultaneous and continuous collection, removal, and offsite disposal of resulting debris, and conduct an internal color videotape inspection. Associated work includes, but is not limited to, earthwork paving, curbs and gutters, and landscaping. Projects may require minor design effort including, but not limited to, demolition plans, utility site plans, plot plans, grading plans, paving plans, utility profiles, solid boring logs, and striping plans. Design-Build in sewer lift station, steam lines, boiler and compressed air installation, telephone, and communication, Utility Control System (UCS) and metering, medium voltage (480V to 69V), natural gas, and high temperature water system. Types of facilities may include, but are not limited to: unit substations, underground (steam, water, sewer, natural gas, communication, telephone), manholes, sewer lift stations, switching stations and other similar facilities at various locations within the States of Arizona, California, Nevada, and New Mexico. In support of the design-build strategies, the contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-discipline architectural/engineering design efforts in all aspects of general building for new and renovation projects including comprehensive interior design and lead and asbestos abatement. Projects may also require incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of building types projected to be awarded during the term of the contract. Architectural/Engineering (A/E) firms their subsidiaries and affiliates that were involved at the RFP or design stage of a project may not be proposed or used on the relative project. The Contractor's A/E team shall accomplish all discipline coordination. The government shall not coordinate the work for the contractor. Projects assigned to the IDIQ contract(s) use the Solution Order Concepts approach to scope and price the work. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in FAR 16.505(b)(2). Award factors will vary depending on the unique requirements for each Task Order and may be competed on the basis of price, best value or technically acceptable, low-price selection procedures. The subsequent task orders may be performance oriented tasks requiring minimal design, may occasionally be complex construction requiring design development for design-build construction, or a combination of both. 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, and other submittals. The salient requirements of the Task Order will be scoped by the Government/Contractor team in order to develop a mutually agreed upon Statement of Work. The Contracting Officer will indicate the exact location of each task order. The awarded task order will be a performance scoped, firm fixed price task with a specific completion date. Should any of the IDIQ contractors be 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. If a contractor selects not to attend the site visit and submit a proposal, the contractor shall provide written notification to the Contracting Officer within two days, of receipt of either a written or oral scope of work. The basic contract period will be for 12 months (or earlier as determined by the Contracting Officer after the maximum contract amount of $150 million is ordered by the government. The contract contains four (4) 12-month options for a total maximum duration of 60 months or an aggregate value of $150 million, whichever occurs first. The minimum task order amount for this contract is $2,000. Task orders under $2,000 will be procured through a purchase card. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $50,000 is guaranteed to be ordered to each awardee, under the basic performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee specified herein. Selection for award will be based on evaluation of the following criteria: (1) Contractor's Past Performance (within the past three (3) years; (2) Contractor's Experience (within the past five (5) years; and (3) Price (based on the proposed price of the first task order 0001). The seed project/first task order (Task Order 0001) is to provide all labor and materials necessary for installation of approximately 2,200 LF (670 meters) of 12 inch (300mm) HDPE sewer force main and a 10,000 gallon (37,850 liters) holding tank. The sewer will be installed from the existing sewer manhole at the corner of Quay Road and Roe Street to the holding tank. The holding tank will be installed adjacent and connected to the wet well at pump station 1250 (corner of Quay Road and Colorado Street) at Naval Air Station, North Island, Coronado, California. The estimated cost for the Task Order 0001 is between $500,000 and $1,000,000. A site visit is scheduled for 14 September 2000 at 9:00 a.m. All individuals wishing to attend the site visit must pre-register 3 working days prior to proposed site visit date. All attendees shall be required to fax their name, and the name of their firm to Mr. John Dye at fax number (619) 545-2252. All attendees shall meet at Pump Station 1352 (Corner of Colorado Street & Quay Road), Naval Air Station, North Island, San Diego, CA at 9:00 a.m. sharp on the scheduled date. Due to limited space it is requested that no more than three (3) representatives from each firm attend the site visit. A pre-proposal conference is scheduled for 14 September 2000 at 1:00 p.m. sharp. The conference will be held at a location yet to be determined. Registration for the conference is located at the web site shown above. The solicitation, plans and specifications, and any amendments thereto, for this project will be made available via electronic interchange at http://www.esol. navfac.navy.mil on or about 11 September 2000, with proposals due 11 October 2000 at 2:00 p.m. local time. Prospective offerors MUST register themselves on the website. The response time set by FAR 5.203 will begin on the date of issuance of the solicitation. Telephone requests will not be accepted and paper copies of the RFP package will not be provided. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. For inquiries, contact Lisa Crawford at crawfordla@efdsw.navfac.navy.mil. NOTE: Contractor's must be registered in the central contractor register (ccr) prior to award of a DoD contract. For more information, see the CCR website at http://www.ccr2000.com. Note: Joint venture offerors shall submit their joint venture agreement with their proposal. Offerors participating in teaming/partnership agreements for this procurement shall submit their teaming/partnership agreements with their proposal. Offerors participating in teaming/partnership agreements for this procurement shall submit their teaming/partnership agreements with their proposal. Each agreement shall demonstrate the relationship between firms and identify contractual relationships and authorities to bind the firm/joint venture/team/partnership. The joint venture or teaming/partnership agreements will not be rated. However, they will be utilized as a reference tool in determining the validity of and or risk associated with this or any other factor in the offeror's proposal. The agreement will not count in the page limitation. Additionally, the name of each entity within a joint venture/teaming arrangement or partnership shall be shown in Block 14 of the Standard Form 1442 submitted with the proposal. Posted 08/22/00 (W-SN488918). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0127 20000824\Y-0002.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com