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