Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022

Commander, 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