Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20, 2001 PSA #2834
SOLICITATIONS

Z -- MAINTENANCE, REPAIR OR ALTERATION OF REAL PROPERTY

Notice Date
April 18, 2001
Contracting Office
Southwest Division, NAVFACENGCOM, Regional Contracts Team/02
ZIP Code
00000
Solicitation Number
N68711-01-R-6235
Response Due
May 31, 2001
Point of Contact
Contract Specialist, Laura J. Smith, 619-532-3083
E-Mail Address
sswlys (smithlj)
Description
Final Notice: THIS SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to proposer(s) wholse proposal(s), conforming to the RFP, will be the 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 INTENDS TO AWARD WITHOUT DISCUSSIONS THEREFORE, OFFEROR'S INITIAL PROPOSAL SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. The Government reserves the right to awardonly one contract covering proposed Task Order 0001, shown in the RFP, if the minimum guarantee of funds is not available for three or moreawards. This is an indefinite delivery indefinite quantity (IDIQ) contract with no pre-established fixed contract prices. The actural amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her 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 World Wide Cathodic Protection. However, it is anticipated that the majority of the work will be performed in the United States of America. The work will include new construction, renovation, alteration and repair by design-build or design-bid-build. Types of projects may include, but are not limited to, field survey and testing, design and construction for the installation of new impressed current cathodic protection systems, new sacrificial anode cathodic protection systems, repair of existing cathodic protection systems and modification of existing cathodic protection systems. The NAICS Code is 23599. The annual size standard is $11.5 million. Individual Task Orders/Projects may also require incorporation of sustainable design features. Multiple lead design firms (A/Es) may be proposed on individual task orders to satisfy a variety of cathodic protection projects projected to be awarded during the term of the contract. The Contractor's lead design firm(s) shall accomplish all discipline coordination. The Government shall not coordinate the work for the Contractor. Lead design 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. After award of the initial contract(s), each awardee shall be provided a fiar opportunity to be considered for each task otder, 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 balue or technically acceptable low price. Task orders may be performance oriented requiring minimal design, may occassionally be comples construction requiring design development for design-build construction or a comination of both. Task orders may not have traditional plans and specifications, but may include sketches, and requests for catalog cuts, and other submittals. In order to develop a mutually agreed upon Statement of Work, the salient requirements of the task order, will be scoped by the Government/Contractor Team. The awarded task order will be a performance scoped, firm fied price task with a specific completion date. Should any of the IDIQ Contractors be uable to competively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded a task order. If a contractor selects not to attend a 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 Offer after the maximum contraction amount of $25 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 $25 million, whichever occurs first. Task orders will range between $25,000 and $5,000,000. 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, the minimum guarantee for each awardee is $25,000. Contractors are not guaranteed work in excess of the minimum guarantee. The recommended subcontracting goals for the Total Contract Value (Base and All Option Periods) are as follows: Woman-Owned Small Business :5%; Small Disadvantaged Business: 10%; HubZone Small Business: 2%; Utilization of Locally Owned Small Business (for work in China Lake):2%; Veteran-Owned/Service Disabled Veteran-Owned Small Business: 3%; and Other Small Business: 23% (Other Small Business does not include the subsets shown above). Selection for award will be based on evaluation of the following criteria:1: Past Performance of Offeror's Team; 2: Subcontracting Effort of the Total Contract Value (Base and All Option Periods)(Offeror only); 3: Technical Exxperience of the Offeror's Team; 4: Engineering-Schedule, and 5: Price with price being based on proposed Task Order 0001, CAN 99-2. Proposed Task Order 0001, consist of the installation of a replacement cathodic protection system for the Bulk Fuel Storage Facility and recoating of associated 2" diameter exposed piping. The work is located at Cannon Air Force Base, New Mexico. A pre-proposal conference is scheduled for 10 May 2001 at 1:00 P.M. sharp. The conference will be held in the Blue Room located at Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego, California. All attendees shall pre-register, for the conference, at http://esol.navfac.navy.mil. A site visit is schedudled for 22 May 2001 at 9:00 A.M. sharp. All individuals wishing to attend the site visit shall pre-register at http://esol.navfac.navy.mil prior to 3:00 P.M. on 17 May 2001. No unregistered attendess will be permitted to attend the site visit. All attendees shall be required to present a current picture ID, valid driver's license, registration and automoblie insurance. This solcitation is being offered in electronic format only. No hard copies will be provided. Plans and specifications will be posed to the web site shown above on or about 01 May 2001. ALL OFFERORS SHALL BE REGISTERED IN THE CENTRAL CONTRACTORS REGISTER (CCR) PRIOR TO AWARD OF A DoD CONTRACT. FOR MORE INFORMATION SEE THE CCR WEB SITE AT httpL//www.ccr.edi.disa. The official plan holder's list will not be faxed. IT IS THE OFFEROR'S RESPONSIBILITY TOI CHECK THE WEB SITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITAITON. The response time set by FAR 5.203, will begin on the date of issuance of the solicitaion. 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 agreement with their proposal. Each agreement shall demonstrate the relationship between the firms and identify contractual relations and authorites to ind 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 validy 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 and submitted with the proposal. For inquires contact Laura Smith, Contract Specialist via email at : http://www.smithlj@efdsw.navfac.navy.milSee Numbered Note(s) 12, 26.***
Web Link
sswlys (smith@efdsw.navfac.navy.mil)
Record
Loren Data Corp. 20010420/ZSOL008.HTM (D-108 SN50J5O7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on April 18, 2001 by Loren Data Corp. -- info@ld.com