Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099

Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, 4262 Radford Dr. Honolulu, HI 96818-3296, Code 0212

Y -- FY99 MCON PROJECT P-286, DESIGN AND BUILD OF BACHELOR ENLISTED QUARTERS AT THE MARINE CORPS BASE HAWAII, KANEOHE BAY, OAHU, HAWAII SOL N62742-97-R-1354 DUE 062698 POC Ms. Roxanne Vannatta, Procurement Technician, Ms. Adele Murakami, Contract Specialist, Telephone No. (808) 474-6325, Facsimile No. (808) 474-7316 It is the intent of the Government to design and build 204 living units of quality bachelor enlisted quarters (BEQ) at the Marine Corps Base Hawaii, Kaneohe Bay, Oahu, Hawaii. The buildings shall include an administrative building and other support areas. The work includes the design and construction of a complete and usable project, consisting of the relocation of a backstop, construction of a wetland/water quality basin, site improvements, new BEQ structures, and off-site work as required. This is a firm, fixed-price procurement and will use the two-phase design/build selection procedures. There will be two separate specifications issued sequentially. The phase-one evaluation factors will be: (1) Factor A -- Designer's Qualifications and Experience, (2) Factor B -- Contractor's Qualifications and Experience, (3) Factor C -- Design/Build Management Plan, and (4) Factor D -- Small, Small Disadvantaged, and Women-Owned Small Business Subcontracting Program and Plan. Phase-one proposals will be evaluated and a selection made of the most qualified firms (not to exceed five). The most qualified firms will proceed to phase-two of the process, will be issued the phase-two specifications and drawings, and will be given an opportunity to submit technical and price proposals. The phase-two evaluation factors will be: (1) Factor A -- Building Design, (2) Factor B -- Proposer's Quality of Past Performance (proposal submitted for phase-one will be considered and no additional data will be required), (3) Factor C -- Site Design and Engineering, (4) Factor D -- Building Engineering, Material, Quality and Maintenance, and (5) Factor E -- Small, Small Disadvantaged, and Women-Owned Small Business Subcontracting Plan. Source selection procedures will be used and award shall be made to the offeror whose proposal is the most advantageous and offers the best value to the Government; cost or price and other factors considered. The budget ceiling is $23,000,000. The SIC Code is 1522 with an annual size standard of $17,000,000. This procurement is unrestricted. The phase-one specification will be available on or about 5 Jun 98 at a non-refundable charge of $11.21. Send your request to: Defense Automated Printing Service, PO Box 126, Pearl Harbor, Hawaii 96860-5120. Checks shall now be made payable to: U.S. Treasury. If using company VISA or Mastercard, provide cardholder's name, account no., and expiration date. Your request must state company name, mailing address, telephone number, facsimile number, RFP No., project title, and whether the RFP will be picked up at the ROICC, NAVFACENGCOM, Construction Contracts Division, 4262 Radford Drive, Honolulu HI 96818-3296. Mark front of the envelope with RFP No. Allow at least ten days for receipt of RFP. Companies wanting the RFP sent 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. If no airbill label is provided, the RFP will be mailed. Failure to provide any of the above information and check, may delay processing of the RFP. Individual checks and requests are to be submitted for each solicitation. Copies for planholders list may be requested by facsimile transmission at (808) 471-2604 or may be obtained by accessing the DAPS Web page at http://www.hawaii.wnbt.daps.mil. (0135)

Loren Data Corp. http://www.ld.com (SYN# 0117 19980520\Y-0011.SOL)


Y - Construction of Structures and Facilities Index Page