Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Y -- IMPROVE WHARF "D" (TWO-STEP DESIGN/BUILD), NAVAL STATION, MAYPORT, FL SOL N62467-98-R-0968 DUE 061998 POC Contract Specialist: Lisa Reaves, Code 0211LR, Fax 843/818-6311. Contractiong Officer: L R Fisk, Code 0211. Information regarding ordering Phase I Request for Proposal (RFP)/Specification is provided at the end of this announcement. THIS IS A SOLICITATION FOR A TWO-STEP DESIGN/BUILD AND IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work includes design and construction of a major waterfront improvement project at Naval Station Mayport, Florida. The improvements will provide Wharf D at Naval Station Mayport the capability to nest three (3) Frigates (FFGs) at each berth, D-2, D-3 and D-4, for a total of nine (9) FFGs. Wharf D is a cellular structure, 442M in length, with an existing design dredge depth of -30 ft. MWL. All work will be designed in accordance with applicable military handbooks. Permits will be the design/builder's responsibility unless otherwise stated below. Work includes design and construction of the following: Dredging -- Increase dredge depth from -30 ft. to -35 ft. MWL. Dredged material is permitted for disposal at the off-shore disposal area approximately 3 miles from the Mayport basin; Structural -- Modify wharf structure to accommodate increased dredge depth. Modify mooring/fender system to support increased nesting requirement. Rehabilitation of wharf structure may be required; Mechanical Utilities -- Replacement of steam and diesel fuel pipe sections and removal of compressed air piping along Wharf D. Associated steam system work includes demolition of abandoned boiler plant, replacement of steam trench covers, and the extension of the steam piping system's shallow trench. Associated work includes replacing fuel system accessories at fuel pits and removal and disposal of contaminated soils. An estimated quantity will be provided in Phase II of the RFP for proposal purposes; Electrical Utilities -- Main 35kV station switch-gear alteration to provide a new underground concrete encased feeder to Wharf D. Provide an enclosed substation with regulation in wharf area to distribute primary feeds to new unit substations at Berths D-2/3/4. (Each to be triple nested with fast frigates). Demolition of existing electrical utilities on Wharf D at berths D-2/3/4 will be required; Civil Utilities -- Replacement of water, sewer, and oily waste systems, including existing lift stations. Demolition and repair of a wide variety of pavements will be required. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be "BEST VALUE" to the Government using a "TRADE-OFF" process, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Both the Offerors' Design and Construction Teams will be evaluated on: (1) Technical Qualifications including specialized experience, past performance, qualifications, capability to perform, and past partnering/teaming arrangements. (2) Management Approach showing organizational structure for design and construction teams demonstrating contractual arrangements and lines of authority among key personnel. (3) Small Business Subcontracting Effort demonstrating achievements utilizing small, small disadvantaged and women ownedsmall businesses in previous contracts. Only the highest rated offerors, not to exceed five, will advance to Phase II. The Government will then request the Phase II proposal. In Phase II, Qualified Offerors will be evaluated on: (1)Technical Factors (including but not limited to qualifications, technical solutions, concept drawings, etc.) and (2) Price Proposal. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price proposal; and to award to the offeror submitting the proposal determined the highest technically-rated or the most advantageous to the Government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE IN PHASE II WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE price and technical terms. Offerors should not assume they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. FOR PHASE I REQUEST FOR PROPOSALS (RFP)/SPECIFICATION: The RFP/Specification is anticipated to be issued on 14 May 1998. Proposals for Phase I will be due on 22 June 1998 at 1630 hours. There is a $15.00 Non-Refundable Charge for each RFP / Specification. This charge applies to RFP / specification for Phase I only. A SEPARATE AND DIFFERENT NON-REFUNDABLE AMOUNT FOR THE PHASE II RFP / SPECIFICATION WILL BE DETERMINED AT A LATER DATE. To obtain a Phase I RFP you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to US Treasury and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (FOR FEDERAL EXPRESS: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE D NORTH, CHARLESTON, SC 29408-1802). PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise concerning your request, call RONNIE MITCHUM at 843/743-4040. To obtain a RFP/Specification holders list FAX your request to 843/743-3027. RFP/Specification holders lists will be mailed. We cannot fax RFP/Spec. holders lists. RFP Holders Lists can also be obtained from the Internet at http://www.chas.sebt.daps.mil. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are due to the address listed above, or faxed to 843/818-6311, Attn: Lisa Reaves, Code 0211LR. Estimated project cost is between $10,000,000.00 and $15,000,000.00. Estimated duration of the contract is 730 days for completion. (0120)

Loren Data Corp. http://www.ld.com (SYN# 0117 19980504\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page