Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

Y -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR THE AREA OF RESPONSIBILITY (AOR) OF RESIDENT OFFICER IN CHARGE OF CONSTRUCTION (ROICC) BEAUFORT, SC, INCLUDING, BUT NOT LIMITED TO, THE MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND,

Notice Date
April 9, 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-0338
Response Due
June 4, 2001
Point of Contact
Contract Specialist: Rhonda Earney, Code 0211RE. Contracting Officer: L. R. Fisk, Code 0211.
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 four (4) Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contracts for general building type projects (alterations, renovations, repairs, demolition and minor construction) for activities in the area of operation for ROICC Beaufort, SC, including, but not limited to, the Marine Corps Recruit Depot, Parris Island, SC; Marine Corps Reserve Center, Beaufort, SC; Naval Hospital, Beaufort, SC; and Marine Corps Air Station, Beaufort, SC. Each contract will be for a term of 3 years (one base year with two, one-year options). The anticipated workload is $5 to $10 million per contract over the life of all contracts and the maximum combined value of all contracts will not exceed $30 million. Projects will vary in size from approximately $100,000 to $3,000,000 with the average project in the $500,000 to $1,000,000 million range. The four successful offerors will be encouraged to submit technical and price proposals on all future task orders. These can include 100% Plans and Specifications. Lack of participation may result in the Government not exercising the option for extending the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offeror and is not directly reimbursable by the Government. Task Orders will require multi-disciplined construction services in all aspects of general building construction for renovation, alterations, repairs, demolition and minor construction projects involving lead and asbestos abatement. Projects will also require incorporation of sustainable design features. Proposers will be evaluated on factors that include: FACTOR A: Past Performance, FACTOR B: Small Business Subcontracting Effort, FACTOR C: Technical Qualifications, and FACTOR D: Technical Approach. The total 3 year factors relate to the three (3) year IDIQ contract requirements for general building construction, not just the seed project identified in this synopsis. Price proposals may include the total cost, evaluation of scope options within the Government's published budget for award. The best value proposal for the seed project will be awarded the project and an IDIQ contract for the three (3) year term. This initial seed project will satisfy consideration for a minimum guarantee. A minimum guarantee of $75,000 will be consideration for the award of the second, third and fourth IDIQ contracts. The minimum guarantee will be payable only if the proposer is not awarded a task order over the three (3) year contract term. Subsequent task orders will be completed among the four (4) IDIQ contractors with each task order awarded based on best value or lowest price technically acceptable proposal. One contract is being targeted for a competitive award to an 8(a) and one to a HubZone firm. After Award of the initial contracts, successful contractors will compete for task orders based on either best value using the trade off process or low price technically acceptable to the Government. The task order statements of work will be written based on a Government/Contractor team cooperative scoping of work. Construction schedules will be determined for each project at the issuance of each task order. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all purposes; to award the contract to other than the proposers submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. Proposers are advised that the Government intends to evaluate Proposals and award without discussions or any contract concerning the Proposals received. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume 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. The seed project for this solicitation is Theatre Concessions Additions-Building 597 at MCAS Beaufort, SC. The project involves demolition and renovations to the lobby of the Lassetter Theatre including, but not limited to, architectural components and furnishings, HVAC, plumbing, lighting and power distribution. Estimated value of the project is between $250,000 and $500,000. The Solicitation will be issued on or about 23 April 2001, with a Proposal Due Date of 04 June 2001. Confirmed dates for issuance/closing will reflect in the solicitation. The Government intends to issue the RFP on the Web only. 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 website. 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. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/818-6811, Attn: Rhonda Earney, Code 0211RE. The NAICS Code for this project is 23332: Commercial and Institutional Building Construction (SIC Code 1542: General Contractors Nonresidential Buildings, Other than Industrial Buildings and Warehouses). The Standard Size is $27,500,000.00.
Record
Loren Data Corp. 20010411/YSOL009.HTM (W-099 SN50I6P9)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com