Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1996 PSA#1746

SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198

Y -- P-707 BACHELOR ENLISTED QUARTERS AND DINING FACILITY AT NAVAL AUXILIARY LANDING FIELD (NALF), SAN CLEMENTE ISLAND, CALIFORNIA SOL N68711-95-R-7560 DUE 030497 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Rose Hussak/Contracting Officer, Janet Buyson. DESCRIPTION OF WORK -- This is a design/build procurement. Sources sought to provide the design, engineering, and construction of a Bachelor Enlisted Quarters and Dining Facility at Naval Auxiliary Landing Field (NALF), San Clemente Island, California, complete and ready for use. Work includes off-site demolition of an existing two-story Dining Hall of Type V construction (approximately 1, 700 SM), including hazardous materials abatement; on-site demolition of a deteriorating concrete slab (approximately 30, 000 SM); and the design, engineering construction of a new, complete and fully operational Bachelor Enlisted Quarters (BEQ) and Dining Facility. The BEQ portion of the facility will consist of approximately 75 one and two story Living Unit Modules (approximately 54 SM each total) and a Common Building for the BEQ (approximately 900 SM total). The Dining Facility will be a one-story structure (approximately 830 SM total). Included in the work is soils investigation, site grading, development of the entire site (including sports courts, walkways, and recreation amenities), utilities systems, equipment, fixtures, and finishes. The site is located on an island approximately 75 miles northwest of San Diego, California. Contract duration is 420 calendar days, except that all work related to the Dining Facility and supporting facilities (including access roads, parking lot, and utilities) shall be completed within 270 calendar days. Demolition of the existing Dining Facility shall not commence until the new Dining Facility is complete and operational. 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: Factor 1 (Price) and Factor 2 (Technical) which are weighted equally. Within the "Technical" factor, the following subfactors are listed in order of importance: Subfactor (1) Design and Construction, Subfactor "2" Experience and Qualifications of Contractor/A-E/Subcontractor, Subfactor "3" Schedule, Subfactor "4" Subcontracting Effort. One project site visit (via air transport from Bldg. 700 air terminal NASNI) is scheduled for 14 January 1997. Limited seating on the plane requires that interested Offerors reserve space (maximum 3 seats per Offeror) with ENS Karsten Koch (619-545-2134) as early as possible. Reservation deadline is 7 January 1997. A non-refundable $150.00 round trip charge per seat will be assessed. A preproposal conference is scheduled 9:00 a.m., local time, on 15 January 1997, in the Training Room, second floor of the Military Housing Welcome Center, COMNAVBASE, 3544 Albacore Alley, San Diego, CA. Participants must reserve seating a minimum of two (2) days in advance of the conference date by contacting Rose Hussak at 619-556-9345. This is not a public bid opening. -- The estimated cost is between $10, 000, 000 and $15, 000, 000. -- Firm Fixed Price Construction Contract.Proposals will be considered from all responsible sources. -- This project is unrestricted. -- The Standard Industrial Code is 1522/1542 and the annual size standard is $17 million. -- It is recommended the subcontracting goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort. -- NOTE: Plans and specs will not be mailed to firms within 20 mile radius of the issuing office. -- Solicitation packages may be acquired in person from Plan Issue or by mail. -- Telephone requests will not be accepted. -- Requests for the solicitation package must be in writing stating RFP number N68711-95-R-7560, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. There will be a charge for plans and specs. Please call Plan Issue at 619-532-2082 for price of this project. -- When price is known, checks are to be made out to DEFENSE PRINTING SERVICE. -- FEES ARE NOT REFUNDABLE. -- Mail request to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187. -- Submit one (1) check per project. -- Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier. -- Plans and specification will be available on or about 07 January 1997. Electronic data files of most of the RFP documents will also be available on 7 Jan 97 via SWDIV BBS (619-532-1779, Area 3: Design/Build RFP) and Internet FTP site (ftp.efdswest.navfac.navy.mil; Host Directory is C: d pub). (0353)

Loren Data Corp. http://www.ld.com (SYN# 0106 19961220\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page