|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052Regional Officer in Charge of Contracts, Naval Facilities Engineering
Command, 4262 Radford Dr. Honolulu, HI 96818-3296, Code 0212 Z -- FY98 MILCON DEFENSE FINANCE AND ACCOUNTING SERVICES (DFAS)
REGIONAL FINANCE CENTER AT FORD ISLAND, HAWAII SOL N62742-96-R-1328 DUE
051998 POC Ms. Roxanne Vannatta, Procurement Technician, Ms. Jane
Nishiguchi, Contract Specialist, Telephone No. (808) 474-6325,
Facsimile No. (808) 474-7317 The work includes the phased renovation of
an occupied two-story building, new building additions, including
elevator, removal of hazardous materials (asbestos, lead-containing
paint, and PCBs), disassembly and reassembly of existing and providing
new modular furniture and pre-wired work stations, mechanical work,
fire sprinkler system, electrical work, fire alarm system, site work
(asphalt paving and landscaping), and incidental related work. Work to
move personnel, equipment, and material are covered by the Service
Contract Act and will be ordered when needed. Contract performance
period of 540 calendar days. The following evaluation factors will be
used in the evaluation of the firms: (1) Factor A, Proposer's Past
Performance; (2) Factor B, Qualifications and Experience of Key
Personnel; (3) Factor C, Construction Schedule; and (4) Factor D,
Commitments to Small Business, Small Disadvantaged Business,
Women-owned Small Business, Historically Black College and University
or Minority Institution. Large business concerns must provide a
subcontracting plan. Award will be made to the offeror proposing the
best value to the Government from a technical and price standpoint.
This is a firm-fixed price type contract. Price Range: $5.0 M to $10.0
M. The proposal is unrestricted; therefore, proposals are requested
from all business concerns. The Standard Industrial Code is 1542 and
the annual size standard is $17.0 M. There will be no public opening.
The Request For Proposal (RFP) will be available on or about 1 April
1998 at a cost of $86.95 for a set.of hardcopy. The charge is
non-refundable. Solicitation sets may be ordered by letter to: Defense
Automated Printing Service, PO Box 126, Pearl Harbor, Hawaii
96860-5120. Checks shall be made payable to "Defense Automated Printing
Service. Your letter must state company name, address, telephone
number, facsimile number, RFP No., and project title, and whether the
RFP will be picked up at the PACNAVFACENGCOM, Construction Contracts
Branch, 4262 Radford Drive, Honolulu, HI 96818-3296. Allow at least one
week for mailing of RFP. Companies wanting the RFP set via air express
service must furnish their express service's airbill label with the
recipient's name, telephone no., company name, address, account no.,
and type of delivery filled in. Failure to provide any of the above
information and check, may delay the processing of the RFP. Request for
a planholders list shall be sent via facsimile transmission to (808)
471-2604. (0071) Loren Data Corp. http://www.ld.com (SYN# 0168 19980316\Z-0023.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|