Loren Data Corp.

'

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

Y -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACT FOR THE AREA OF RESPONSIBLITY SOUTHDIV, FIELD OFFICE CHARLESTON

Notice Date
March 30, 2001
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-01-R-8303, 8304, 8305, AND 8306
Response Due
May 15, 2001
Point of Contact
Mae K. Bartley, Contract Specialist, 843-764-4112, ext 3007, Carol A. Lloyd, Contracting Officer, 843-764-4112, ext 3045.
E-Mail Address
Click here to contact the contracting office via e-mail. (bartleymk@efdsouth.navfac.navy.mil)
Description
This Solicitation is being advertised on an "UNRESTRICTED" Basis inviting full and open competition. This procurement is for one solicitation resulting in the award of up to four Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contracts with firm fixed price task orders. Task orders will range from $50,000 to $3,000,000. Each contract will be for a term of five years consisting of one base year and four option years. The total estimated value for all four contracts is $35,000,000 for the five-year term of the contracts. One contract is being targeted for competitive award to an 8(a) firm and to a HUBZone contractor in the State of South Carolina. All four contracts will be awarded with a seed project. These contracts will be awarded to the offerors submitting a proposal considered in the best interest of the Government using the best value continuum tradeoff process in a negotiated acquisition. The scope of work for task orders competed under these IDIQ contracts will primarily be new construction, roofing, paving, fire alarm/sprinkler installation/repair/serving demolition, routine renovation and repair of facilities and infrastructure including: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) medical and dental facilities; 7) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs); 8) the civil, sanitary, stormwater, mechanical and electrical systems for the Area of Responsibility(AOR) of SOUTHDIV Field Office Charleston. After award of the initial contracts, the successful contractors will compete for task orders based upon best value using either the trade off process or lowest price technically acceptable source selection process. Each task order statements of work will be written based on a Government/Contractor Team cooperative scoping of the work. Each contract will be for one base year with four one-year options. Construction schedules will be determined for each project at the issuance of each task order. The anticipated construction cost for each task order is between $50,000 and $3,000,000. This range is for information purposes only and may vary. Offerors will be evaluated on the following technical factors: FACTOR A Past Performance; FACTOR B Technical Qualifications and FACTOR C -- Small Business Subcontracting Effort (applies to small and large business). Price will also be evaluated. Technical is considered to be significantly more important than price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. The four seed projects for this procurement action are as follows: 1. Provide labor, material and equipment to remove and dispose of the existing bedroom light fixture and light fixtures bracket. Install ceiling fans in bedroom in 540 units located in FY-64 and FY-75 PH I and II Menriv Park Housing Units. The estimated cost of the project is between $250,000 to $500,000. 2. Provide labor, material and equipment to remove wash, prepared and apply two coast of paint on the exterior wood, fiberglass and metal surfaces on 470 housing units located in FY-73 and FY-74 Menriv and Eastside Units. The estimated cost of the project is between $100,000 to 250,000. 3. Replacement of approximately 3,900 LF of 8-inch diameter water main with new piping, fire hydrants, water values, paving repair and incidental related work. The work shall be located at the Naval Weapons Station, South, Charleston, South Carolina. The estimated cost of the project is between $100,000 to 250,000. 4. Replacement of approximately 3,700 LF of 8-inch diameter sewer main with new piping. Manholes, service lateral, paving repairs and incidental related work. The work shall be located at the Naval Weapons Station, Northside, Charleston, South Carolina. The estimated cost of the project is between $250,000 and 500,000. OFFERORS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue the RFP on the WEB only. The solicitation will be issued on or about 16 April 2001, with a proposal due date of 15 May 2001. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective offerors MUST register on the web site. The official plan holders' list will be maintained and can be printed from the web from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.ccr2000.com. Technical inquiries must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to 843/764-4157, Attn: Mae Bartley, Code R20MB. The NAICS Code for this project is 23332: Commercial and Institutional Building Construction. The Standard Size is $27,500,000.00.
Web Link
Click here to download a copy of the RFP (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20010403/YSOL002.HTM (W-089 SN50H808)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on March 30, 2001 by Loren Data Corp. -- info@ld.com