Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 11, 2001 PSA #2890
SOLICITATIONS

Z -- MEDICAL/DENTAL FACILITIES, MAINTENANCE, REPAIR AND ALTERATIONS OF REAL PROPERTY, MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC),

Notice Date
July 9, 2001
Contracting Office
Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090
ZIP Code
19113-2090
Solicitation Number
N62472-01-R-0050
Response Due
November 30, 2001
Point of Contact
Patricia Hemingway (610) 595-0829
E-Mail Address
Click here to contact the Contract Specialist via (hemingwaypw@efane.navfac.navy.mil)
Description
This is a REVISED Solicitation Notice. In accordance with FAR 5.102(a)(7), the availability of the solicitation will be issued on two CD-ROMs. Contractors who are interested in obtaining the CD-ROMs, should submit their request on their company letterhead with the following information: Solicitation Number and Title of Project, Complete Address, Point of Contact, Area code and phone number, Area code and fax number, E-mail address, identify whether the firm is a prime contractor, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged, large business, and if the firm is a women-owned business along with a Company Check, Cashier's check or Money Order in the amount of $25.00 . Your check should be mailed to: DOCUMENT AUTOMATION AND PRODUCTIONS SERVICES, BUILDING 4-D, ATTN ROY BOWSER, 700 ROBBINS AVENUE, PHILADELPHIA, PA 19111-5094. Each check must be payable to the SUPERINTENDENT OF DOCUMENTS, and annotated with the applicable solicitation number (N62472-01-r-0050). If the soliciation number is not annotated as required on your check is not made payable to the SUPERINTEND OF DOCUMENTS, IT WILL BE RETURNED UNPROCESSED. (no personal checks or credit cards will be accepted). All contractors must register on ESOL. Hard copies (paper sets) of the solicitation will not be provided by the Government. Contractors interested in this solicitation should register with the NAVFAC E-Solicitation website at http:esol.navfac.navy.mil. Notification of any change to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site daily for any posted changes to this solicitation. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4, "Notice of Price Evaluation Preference for Hubzone Small Business Concerns". The North American Industry Classification System, NAICS, Code of 233320, and the small business size standard is $27.5 million are applicable to this contract. This solicitation will result in award of Medical/Dental Multiple Award Construction Contracts (MACC). The MACC will include up to four (4) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The work contemplated under this procurement shall include maintenance, repair, alteration, and construction (which may include design/build services) for medical and dental facilities and related systems and equipment. Projects may include asbestos removal and demolition. The work will be concentrated at, but not limited to EFA-Northeast, Naval Facilities Engineering Command's area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well the Caribbean. Work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Also, work could be added in the area of responsibility of Southern Division, Naval Facilities Engineering Command in the state of Florida. Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a Best Value evaluation with price and technical evaluation factors being approximately equal in importance. Source Selection procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1) Relevant Past Performance, 2) Management Plan, 3) Specialized Technical Experience, Expertise and Qualifications, and 4) Commitment to Small Business Concerns. The offeror will be required to provide information regarding their construction phasing plan and their construction team. The Request for Proposal package will be available 20 June 2001 and the estimated receipt of proposals date is 4:00 P.M., EST, 17 Aug 2001 at EFA Northeast Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. A pre-proposal conference is planned at the Naval Submarine Base. The date for the pre-proposal conference will be announced at a future date. The maximum value of this contract will be $75.0 million over the 5 years of contract performance. A bid guarantee will be required to be submitted with the proposal in the amount of $3.0 million to remain in effect throughout the full term of the contract. The anticipated range for each task order will generally be between $5.0 million and $25 million. The scope of the seed project for the Repairs to Naval Ambulatory Care Clinic (NACC) Building 449, at the U. S. Naval Submarine Base New London, Groton, CT includes life safety and other (mostly mechanical and electrical) repairs, demolition; asbestos, lead paint and PCB mitigation; interior partition wall changes; interior finishes; fire suppression; heating, ventilation and air conditioning; medical gases; plumbing; unit substation; switchgear; generator with integral fuel tank in weatherproof enclosure and switchboard; electrical; fire alarm; communication; and incidental related work to the approximate 170,000 square foot five floors of NACC Building 449. The specific DDC work under Construction Contract N62472-01-D-0050 will solely provide Auto Logic DDC equipment compatible to existing "Supervisor" Auto Logic DDC equipment utilized in NACC Building 449, and incidental related work. The estimated cost of construction of the seed project is between $10.0 million and $15.0 million and includes a period of 730 day for completion of the work. Two options will be included for the seed project in this solicitation. Option 1 includes all work (materials, labor and supervision) for installation of a 600 KW generator with integral fuel tank in weatherproof enclosure and switchboard, three (3) automatic bypass/isolation switches and 25 panel boards in Building 449, at the Naval Submarine Base New London, Groton, CT. The estimated cost for Option 1 is between $500,000 and $1.0 million. Option 2 includes all work (materials, labor and supervision) for the demolition, asbestos, lead paint and PCB mitigation, interior partition wall changes, interior finishes, fire suppression, heating, ventilation and air conditioning, plumbing, electrical, fire alarm, communication, and incidental related work to the Repairs to First Floor Radiology, Mechanical Mezzanine, and Basement Logistics, Food Service, Information Management and Education & Training Areas of NACC Building 449, at the Naval Submarine Base New London, Groton, CT. The estimated cost for Option 2 is between $1.0 million and $5.0 million. Davis Bacon wages will be applicable to this project. The seed project will not require design services. The minimum guarantee will be met when the seed project is awarded under the RFP N62472-01-R-0050 for the first contract award. Each of the remaining up to four contracts awarded will contain a minimum guarantee of $5,000.00 over the five years of contract performance. It is anticipated that the first contractor who is awarded the seed project will meet the minimum amount of their contract. Source Selection evaluation procedures on subsequent individual task orders will be at the discretion of the Contracting Officer. All contractors awarded a contract will competitively quote on the subsequent task orders. Award of a task order may be made to only one firm if it is necessary to place an order to satisfy a minimum guarantee. Failure to submit technical and/or price proposals on future task orders may result in the government not placing future orders on the contract. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require registered multi-disciplined professional disciplines (architectural/engineering). Questions about this Solicitation MUST be submitted in writing. Any question, please call Mrs. Patricia Hemingway at 610-595-0829 or faxed her at (610) 595-0671. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitation issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccrdlsc.dla.mil or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their proposal.
Web Link
Click here for E-Solicitations issued by Naval Facilities (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20010711/ZSOL020.HTM (W-190 SN50R250)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on July 9, 2001 by Loren Data Corp. -- info@ld.com