Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3, 2001 PSA #2821
SOLICITATIONS

R -- MASTER DEVELOPMENT AGREEMENT FOR FORD ISLAND DEVELOPMENT, PEARL HARBOR, HAWAII

Notice Date
March 30, 2001
Contracting Office
Commander, Pacific Division, Naval Facilities Engineering Command, Acquisition Department, Special Project Contacts Branch, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134 (ACQ0211)
ZIP Code
00000
Solicitation Number
F.I.-1-R-01
Response Due
July 3, 2001
Point of Contact
Linda Yoneshige, Contracting Officer, (808) 471-8924
E-Mail Address
Contact the Contracting Office (fordisland@efdpac.navfac.navy.mil)
Description
The objective of this procurement is to execute a Master Development Agreement (MDA) with a Master Developer to develop Ford Island, Hawaii. Components of the MDA include, but are not limited to: Preparation of a detailed Master Development Plan which is intended to be a comprehensive planning document for all future development of Ford Island; Property Support Services (includes maintenance, repair, alteration and minor construction of Navy facilities and those constructed by the Master Developer on Ford Island); Construction (includes some or all design and construction of Navy facilities on Ford Island including utilities and site improvements, operational/ administrative spaces and others); and, Real Estate conveyance either through sale or lease of Navy properties (includes long-term lease for the Ford Island properties, and a combination of long term lease and sale for the outlying properties). The term of the Master Development Agreement may be for a period of 65 years with separate agreements executed for the performance (as in-kind consideration) of various construction projects and property support services by the Master Developer for the sale or lease of real property. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE FOR THIS PROCUREMENT IS 541320. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals and will be conducted using a two-phase approach. Phase I submittals, consisting of written proposals, will be evaluated using the following evaluation factors listed in descending order of importance: Factor (1) Financial Capability and Conceptual Business Plan; Factor (2) Ford Island Concept Plan; and, Factor (3) Development Experience and Past Performance. The Navy intends to award (estimated August 2001) a firm-fixed price contract to each of the most qualified Master Developers (maximum of 3) invited to submit Phase II proposals in order to obtain delivery of, and unlimited rights to, the Master Development Plan at the pre-established price of $325,000.00 each. The names of the Master Developers awarded contracts to provide Master Development Plans will be synopsized in the Commerce Business Daily to provide subcontractors and suppliers an ample opportunity to solicit these developers. Phase II submittals, consisting of written proposals, will be evaluated using the following evaluation factors, listed in descending order of importance: Factor (1) Financial Benefits and Pricing Considerations which includes Consideration to Navy; Business Feasibility; and, Financial Capability; Factor (2) Master Development Plan; Factor (3) In-kind Consideration for Property Support Services and for Construction; and, Factor (4) Utilization of Small Business. Master Developers' ratings from Phase I will not carry over into Phase II evaluation. (Note: The type of proposed real estate transactions will be evaluated as part of Consideration to Navy. The Master Developer shall comply with one of the three real estate transaction alternatives as listed in descending order of preference: (1) Value-for-value real estate transactions for all properties; (2) Purchase or lease of certain, but not all, the properties, and become the Navy's "Ford Island Development Manager;" or, (3) Pay cash for all properties, with payments being deposited in the Ford Island Improvement Account.) The basis for selection of a developer and award of the Master Development Agreement is "best value" to the Navy. "Best value" to the Navy considers financial benefits to the Navy, technical merit, and feasibility of the proposals received to be determined based on an integrated assessment of the evaluation factors. "Best value" balances the financial consideration offered, technical merits and risks of the proposal to determine the most advantageous offer to the Navy that provides the Navy the best opportunity to realize its goal of the development of Ford Island. The Navy may select a developer for exclusive negotiations on the basis of the initial offers received without discussions; therefore, initial offers should contain the Master Developer's best terms. In any and all events, the Navy shall not be liable for any costs associated with preparation, clarification, or negotiation in response to the RFP except as otherwise specified above. Following the selection, the parties will have 90 days in which to negotiate, draft, and execute a MDA which (1) sets forth all business terms of the arrangement and establishes a date when the parties will conclude negotiations on all aspects of the financing, construction, and operation of facilities to be provided for Navy use; (2) details the Developer's physical development plans; (3) establishes roles and responsibilities of each party; and (4) sets overall project milestones and schedules. At any time, if it appears, in the Navy's judgment, the Navy and the selected Master Developer will be unable to reach agreement on all terms, conditions, plans and schedules, the Navy may terminate negotiations with the Developer. Negotiations may then commence with the second ranked Developer, and so on, until a mutually acceptable MDA is negotiated. Concurrently, the parties will finalize the terms and conditions of the particular leases and property conveyance documents, which will incorporate provisions of the RFP and final development proposals. Prior to MDA award the Navy will submit, to the appropriate Congressional committees, a Master Plan for the development of Ford Island and a notification report concerning this transaction. Award may not occur until 30 calendar days have elapsed following Congressional receipt of this submission. Estimated date of award of the Master Development Agreement is 7 November 2002. The estimated solicitation release date is 17 April 2001, and the estimated due date for Phase I proposals is 3 July 2001; the estimated due date for Phase II proposals is 28 December 2001. When this Request for Proposals is issued, the solicitation announcement will be posted at http://www.esol.navfac.navy.mil. The complete solicitation, including data/attachments, will be issued on one or two CD-ROMs and will be available for a non-refundable charge of $67.92 each. Send your request to Document Automation and Production Service, Attn: Solicitation Printing, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to: "SUPERINTENDENT OF DOCUMENTS". If using VISA, Mastercard, or Discover Card, you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date. Your company name, address, telephone number, facsimile number, Solicitation No., project title and whether the CD-ROM will be picked up at the Contracting Office. Also indicate if you are a prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least 10 days for mailing from the date your request is received. Companies wanting the CD-ROM to be sent via air express service must furnish their express service air bill label with the recipient's name, telephone number, company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Any request for solicitation received within 10 working days prior to the proposal due date will be processed in accordance with the above procedures. However, there is no guarantee that the recipient will receive the solicitation or other data prior to the proposal due date. ESOL Planholder's list will be available after the solicitation is issued and may be obtained at the ESOL website. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil in order to be listed on the planholder's list and receive information regarding this RFP. It is the responsibility of each offeror to register on "ESOL" http://www.esol.navfac.navy.mil prior to downloading any amendments or notices. This will normally be the only method of distributing Amendments and Notices. Therefore, it is the offeror's responsibility to check the website periodically for any Amendments and Notices to this RFP. A pre-proposal conference will be held in Hawaii on or about 8 May 2001. Individual firms are requested to send in a list of their attendees to the Ford Island website: http://www.efdpac.navfac.navy.mil/Fordisland. Proposals shall be submitted in both hard copy and electronic format as specified in the RFP. All prospective Master Developers are required to have electronic mail capability in order to receive and exchange information with the Navy. For additional information, see http://www.efdpac.navfac.navy.mil/Fordisland
Web Link
For more information (http://www.efdpac.navfac.navy.mil/Fordisland)
Record
Loren Data Corp. 20010403/RSOL002.HTM (W-089 SN50H8T6)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on March 30, 2001 by Loren Data Corp. -- info@ld.com