Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1997 PSA#1974

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

Y -- MCON P-050, HIGHBAY AUTOMATED WAREHOUSE AT MARINE CORPS AIR STATION, CAMP PENDLETON, CALIFORNIA SOL N68711-95-R-7624 DUE 010998 POC Rowena Galendez, 619/532-1237, Contract Specialist, Mark R. Schweer, Contracting Officer PRESOLICITATION -The work includes furnishing of all materials, labor, supervision and equipment required to provide a Highbay Automated Warehouse, including the associated administrative space. Included with the project are demolition of paving and masonry, new grading and paving, landscaping and irrigation, extension of underground utilities and utility connections, dock equipment, and an automated materials handling and retrieval system. Other work includes associated plumbing, fire protection, heating, ventilating and air conditioning, electrical work, and other incidental work as indicated on the drawiings and in these specifications. In addition, the project includes four options. These options are outlined as follows: Option 0001 -- This option will add approximately sixteen feet of warehouse and docking to the west side of the building creating one additional aisle of highbay storage and including all material handling equipment. Option 0002 -- This option adds a "transfer car" to the material handling equipment to be installed along the south side of the highbay warehouse area. Option.0003 -- This option adds a "spare crane" to the material handling equipment system to be located to the southeast corner of the warehouse alcove. Option 0004 -- This option replaces the "Base Bid" documents and is presented by a separate set of drawings, outlining the option, within the bid documents. This Option 0004 contains within the building four aisles of material handling equipment and storage including cranes and conveyors. In addition, this option increased the size of the office wing including the offices, restrooms and the addition of an elevator,. and incidental related work, complete and ready for use. -- The estimated cost is between $5,000,000 to $10,000,000. Firm Fixed Price Contract. -- Contract duration is approximately 360 calendar days. -- This project is unrestricted -. The Standard Industrial Code is 1542 and the annual size standard is $17.0 million. It is recommended that the subcontracting goals reflect a minimum goal of 5% for Small Disadvantaged Businesses. This procurement to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering the following evaluation factors: "Price","Past Performance", and "Specialized Experience/Qualifications. The following evaluation factors and subfactors shall be used to evaluate the technical quality of the proposals. The factors and subfactors are of equal importance. Factor 1 -- PRICE; Factor 2 -- PAST PERFORMANCE comprised of the following subfactors 2.1 Delivering quality work in a timely manner at a reasonable total cost as evidenced by previously completed projects of similar scope and magnitude, 2.2 Effectiveness of management and commitment to customer satisfaction, and 2.3 Degree of satisfaction expressed by the customer when contacted.; Factor 3 -- SPECIALIZED EXPERIENCE/QUALIFICATIONS comprised of the following subfactors 3.1 The number and quality of projects completed in the past five (5) years, with scope, magnitude, complexity and cost similar to the requirements in this RFP, 3.2 Specialized experience and qualifications of key personnel proposed, and 3.3 Capacity to perform within the required schedule. SITE VISIT IS SCHEDULED ON DECEMBER 18, 1997, with participants to meet at 09:00 a.m. at the ROICC Office, Building 22101, Marine Corps Base, Camp Pendleton, California. A PRE-PROPOSAL CONFERENCE IS SCHEDULED ON DECEMBER 18, 1997 at 1:30 p.m. with participants to meet at Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego, California. Participants must reserve seating a minimum of two (2) days in advance of the conference date by contacting Rowena Galendez at (619) 532-1237. -- This is not a public bid opening. NOTE -- plans and specifications will NOT be mailed to firms within a 20 mile radius of the local San Diego area. Requests for solicitation packages must be in writing stating RFP number N68711-95-R-7624, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -- Solicitation packages may be personally acquired from Plan Issue or by mail. Telephone requests will not be accepted. -- There will be a charge for plans and specs that is yet to be determined. -- Contact Plan Issue at 619/532-2084 to obtain this cost. The fee will be non-refundable. -- Plan Issue personnel will only accept Visa/Master Card, cashiers checks and money orders as payment for plans and specs. Mail requests with a cashiers check or money order payable to DEFENSE AUTOMATED PRINTING SERVICE to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187 or fax requests to (619) 532-2083. -- Submit one (1) check per project. -- Solicitation packages are limited to two (2) sets per prime and one (1) set per subcontractor/supplier. -- Tentative issue date is on or about 09 December 1997 with an openingdate of approximately 30 days later (NOTE: BOD stated above is TENTATIVE). -- Responses are due no later than 15 calendar days after publication of the advertisement in the CBD. (0317)

Loren Data Corp. http://www.ld.com (SYN# 0107 19971118\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page