|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA
23511-2699 (attn: Code 0222) Z -- WILLOUGHBY HOUSING REVITALIZATION, NAVY PUBLIC WORKS CENTER,
NORFOLK, VIRGINIA SOL N62470-98-B-8700 DUE 021898 POC Point of Contact
-- Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract
Specialist, Jennifer Nelson, 757-322-8266 E-MAIL:
Maintenance/Repair/Alteration, nelsonjj@efdlant.navfac.navy.mil.
Correction: This action amends the announcement posted in the CBD on 12
January 1998. The work includes final design and construction of
renovations and improvements to approximately 400 -- 2,3, and 4 bedroom
multi-family enlisted houses. Work to include, but not limited to,
family room additions, bathroom and kitchen remodeling, upgrade of
plumbing and electrical systems. Demolition of several existing housing
units is also included. Site modifications including, but not limited
to new loop road, signage, parking, lighting, playgrounds, and
landscaping. This procurement will be accomplished by Two-Phase
Design-Build Selection Procedure. The Government will award a contract
resulting from this solicitation to the responsible proposer whose
proposal conforming to the solicitation will be "BEST VALUE" to the
Government, price and technical factors considered. This procurement
will be done using the Two Phase Design/Build (D/B) procedures.
Proposals will be evaluated in Phase One to determine which offerors
will submit proposals for Phase Two. One contract will be awarded using
competitive negotiations. The Phase One evaluation factors are as
follows: (1) Technical Approach of the Offeror's Team; (2) Specialized
recent (within the last 7 years) Experience and Technical Competence
of the Offeror's Team in Constructing and/or Renovating Military Family
Housing Units -- define the roles and outline the experience of the D/B
team's design and construction personnel, including professional
qualifications, licensing and technical competence of architectural,
structural, mechanical, electrical, and civil disciplines; (3)
Capability to Perform -- including ability to "fast-track" the design
and construction based on available resources; and (4) Past Performance
of the Offeror's Team, including the architect-engineer and
construction members, with similar multi-family housing unit projects
-- furnish evidence of satisfactory performance within the last 3 years
for both members of the D/B design and construction team. The
Government will also utilize existing ACASS and CCASS data. The maximum
number of offerors that will be selected to submit Phase Two proposals
shall be five (5). The Phase Two evaluation factors are as follows:
(1) Provide the Team's Proposed Management Approach to Organizing and
Successfully Completing the project; (2) Provide a List of Key
Personnel, their Qualifications and Prior Experience on similar
projects; and (3) the Cost to the Government. For purposes of
evaluation of offerors, the technical factors, when combined, are
approximately equal to the cost to the Government. The Government
reserves the right to reject any or all proposals at any time prior to
award; to negotiate with any or all proposers; to award the contract
to other than the proposer submitting the lowest total price; and to
award to the proposer submitting the proposal determined by the
Government to be the most advantageous to the Government. PROPOSERS ARE
ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT
CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be
submitted initially on the most FAVORABLE terms. Proposers should not
assume that they will be contacted or afforded an opportunity to
qualify, discuss, or revise their proposals. The approximate Phase One
Request for Proposals (RFP) Release Date is 18 February 1998. A charge
will be made for each copy of the Phase One RFP document of $20.00
each. The Phase Two RFP will include preliminary drawings and
preliminary technical specifications. An additional charge will be made
for each set of specifications, half-size plans and full-size plans.
The cost is $30.00 for each half-size set and $40.00 for each full-size
set. This price includes priority mail postage. These sets will be made
available upon receipt of a written request, and a non-refundable check
or money order made payable to the U.S. Treasury. Written requests
shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA
SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA
23511-2898. Please state area code, telephone number, street address,
nine-digit zip and whether you are participating as a prime or
subcontractor. Any inquiries regarding plans and specifications shall
be directed to Ms. Priscilla Schaefer at 757-444-5968. Technical
inquiries shall be faxed to 757-322-8264, Attention: Jennifer Nelson.
The Estimated Cost Range is over $10,000,000.00. The Standard
Industrial Classification (SIC) Code for this project is 1522 with a
Size Standard of $17,000,000.00. This project is not set aside for
small business. Large businesses shall submit a subcontracting plan
prior to award of the contract. Estimated contract duration is 900 days
for completion. (0028) Loren Data Corp. http://www.ld.com (SYN# 0137 19980130\Z-0011.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|