Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1996 PSA#1546

Operational Contracting Office, 8110 Industrial Drive, Lobby Area, USAF Academy, CO 80840-2315

Y -- DESIGN AND CONSTRUCT LODGING FACILITIES AT THE USAF ACADEMY FARRISH MEMORIAL, PROJECT AFA 95-5101 SOL F0561196B0210 DUE 082596 POC Shirley McCoy (719) 472-2734/Contracting Officer, Isabel L. Staples (719) 472-2735. Design and construct lodging facilities at the USAF Academy Farish Memorial site (located approximately 35 miles from the USAF Academy CO and 8 miles from Woodland Park CO). Project consists of, but is not limited to, site demolition/excavation/preparation; site improvements to include utilities, aggregate base course parking area and walking paths, and landscaping; building and/or installing multipurpose facility, toilet/shower building, 3 duplex lodging buildings, and water distribution facility. Construction drawings and specifications have been developed for the complete facility, however, due to funding limitations the project must be down-sized to accommodate a maximum construction cost limitation of $698,500. This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government - NAF funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in Military Community Programs -- This purchase does not involve federal tax dollars. At this time this is an unfunded project, and funds will have to be approved through Headquarters Nonappropriated Funds. Liberal use of prefabricated and new and innovate cost reduction systems are encouraged. The drawings convey basic design intent and material quality. The performance period is estimated to be a total of 315 calendar days. Offerors will submit a technical proposal (no pricing information shall be submitted during the first step), which shall be received on or about 14 May 96. The technical proposal will then be evaluated by the following criteria: (This list is not all inclusive.) (1) Design criteria: (a) Code compliance, (b) American with Disabilities Act accessibility, (c) Compliance with original intent and design, and (d) Water transfer system; (2) Facility Layout: (a) Site improvements, (b) Multipurpose building, (c) Duplex units, (d) Toilet/Shower building, (e) Well pumps and tanks, and (f) Landscaping; (3) Architectural Design Conformance: (a) Building components, (b) Interior finishes, (c) ADA, and (d) Fire code; (4) Utilities: (a) Water supply system redesign, (b) Gray water disposal system, (c) Compost system, (d) Heating system, and (e) Electrical service; and (5) Site improvements with grading, roads, site utilities, landscaping, and demolition. Initial proposals should be acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted, and may proceed with the second step without requesting further information from any offeror. However, the Government reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. Technical proposals shall not include prices or pricing information. Only those proposals determined to be acceptable, either initially or as a result of discussions, will be considered for awards, and each bid in the second step must be based on the bidder's own technical proposal. Notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. Only one technical proposal may be submittted by each offeror. The Davis-Bacon Act Wage Decision for El Paso County CO is applicable to this project. Interested prime contractors should submit a request in writing or by fax to (719) 472-4404, indicating their business size, intent to participate, with street mailing address and telephone number. Drawings and specification packages are limited to 50 sets and are available on a first-come-first-serve basis. This is an unrestricted request for proposal in accordance with the Small Business Competitive Demonstration Program. For informational purposeses the small business size standard for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three fiscal years does not exceed $17 million and the SIC code is 1542. Women-owned and disadvantaged Small Business concerns are encouraged to submit offers. (0065)

Loren Data Corp. http://www.ld.com (SYN# 0120 19960306\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page