|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA
92132-5187 Y -- P-904, TACTICAL VEHICLE MAINTENANCE FACILITY 21 AREA, CAMP
PENDLETON, CALIFORNIA SOL N68711-94-R-1698 DUE 021497 POC Mike
Larson/Contract Specialist, (619) 532-3368, Katherine G.
Luhmann/Contracting Officer, (619) 532-2796. Sources sought to design,
engineer and construct a Tactical Vehicle Maintenance Facility at two
sites located in area 21 at Marine Corps Base, CA. Site 1 titled
"Motor Transport/Communication Electronics" consists of a 2,314 square
meter Motor Transport/Communications Electronics Shop and a dispatch
shack. Site 2, titled "Storehouse Site", consist of a 2,486 square
meter storehouse site. The contract is to be awarded to the responsible
offeror who submits the proposal considered most advantageous to the
Government considering "Price" and "Technical" evaluation factors. The
following evaluation criteria has been established: (1) Past
Performance of the Design/Build Team with the following subfactors:
(1.1) Delivering quality work in a timely manner at a reasonable total
cost. (1.2) Reputation for effectiveness of management and commitment
to customer satisfaction. (1.3) Actual similarity of experience to
this Tactical Vehicle Facility Maintenance Project in scope, dollar
value, and complexity. Factor (2): Design and Construction, with the
following subfactors: (2.1) Building engineering, material quality and
maintenance. (2.2) Site design and engineering. (2.3) Exterior
elevations. (2.4) Consideration given in the design and construction to
energy performance, life-cycle cost, and recycled materials. Factor
(3): Experience and qualifications of design/build team (A/E,
contractor, and subcontractor), with the following subfactors: (3.1)
The number and quality of projects, with scope, magnitude, complexity
and cost similar to the requirements in this RFP, completed in the last
ten years. (3.2) The number of projects, with scope similar to that
described in this RFP, completed by the Prime Contractor with a minimum
of change orders. (3.3) Experience of the A/E firm in the design of
similar projects. Factor (4): Scheduling for the project with the
following subfactors: (4.1) Completeness of schedule and conformance to
project schedule described in RFP. (4.2) CPM Summary network diagram of
the project showing the activity dependencies and duration. (4.3)
Description of critical path activities. Factor (5): Prime contractor's
subcontracting effort, with the following subfactor: (5.1) Past
performance, subcontracting performance values. Services and/or
products to be subcontracted to various businesses. A pre-proposal
conference will be held on January 21, 1997 at 1:00 P.M. at the Command
Conference room at the Naval Facilities Engineering Command, Southwest
Division, 1220 Pacific Highway, San Diego, CA 92132. Partcipants must
reserve seating a minimum of two (2) days in advance of the conference
date by contacting Mike Larson at (619) 532-3368 or Rowena Galendez at
(619) 532-1237. This is not a public bid opening. The estimated cost
is between $5,000,000.00 and $10,000,000.00. Firm Fixed Price Design
and Construction Contract Proposals will be considered from all
responsible sources. This project is unrestricted. The standard
industrial code is 1542 and the annual size standard is $17 million. It
is recommended that the subcontracting plan goals reflect a minimum
goal of 5% for Small Disadvantaged Business Subcontracting efforts.
Potential bidders should request in writing stating RFP number
N68711-94-R-1698, with complete name, address, area code, and phone
number and whether bidding as a prime/subcontract/supplier. There will
be a charge for plans and specs. This amount will be determined before
RFP's are available. Checks are to be made out to DEFENSE PRINTING
SERVICE. FEES ARE NOT REFUNDABLE. Mail requests to Southwest Division,
Naval Facilities Engineering Command (Plan Issue), 1220 Pacific
Highway, Building 132, San Diego, CA 92132-5187. Please fax requests to
(619) 532-2083, however, requests will not be processed until your
check has been received by this office. Submit one (1) check per
project. Solicitation packages are limited to two (2) per prime and one
(1) per subcontractor/supplier. Drawings produced using CAD software
and RFP text using work processing software are available via the SWDIV
Bulletin Board System (BBS) through the use of a modem. Individual
drawing files are compressed into a single self-extracting DOS based
.EXE file. Upon downloading, the file should be executed from a local
hard disk, causing the individual .DWG files to uncompress
automatically without the need for special software. Note that drawings
not produced using CAD software are not included and some substitutions
for fonts and menus may be necessary to access the files. Files will be
found in a directory P-904 on the SWDIV Bulletin Board (619) 532-1779
or on the FTP server at ftp.efdswest.navfac.navy.mil/d/pub/P-904.
Disclaimer: These data files are copies of the original document files
used to prepare the Request for Proposal (RFP) package, the government
does not guarantee that these data files are free of errors or
omissions. In the event of any discrepancies between these data files
and the RFP, the RFP documents control. The user agrees that the
Government will not be liable to the user for any damages arising from
the use of these data files and to hold the United States, its
officers, employees, and agents harmless from any damages caused by the
user's name or these data files. Downloading of these files evidences
acceptance of this agreement by the user. Issue date of RFP/BBS on or
about 14 January 1996. (0339) Loren Data Corp. http://www.ld.com (SYN# 0163 19961206\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|