Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1998 PSA#2112

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

Z -- PRESOLICITATION NOTICE -- BEST MANAGEMENT PRACTICES AT SAN CLEMENTE ISLAND, CALIFORNIA SOL N68711-98-R-5439 DUE 071598 POC Deniese Steverson, Contract Specialist at (619) 556-8932 WEB: ERROR --, http://ebsswd.wes.army.mil. PRESOLICITATION NOTICE: Description of Work -- The is a Design-Build procurement. Work includes repair four storm water outfalls; drainage improvement on the south side of the magazine area; installation of a wash rack/ recycling system at the existing vehicle wash rack; repair of the ordnance bypass road; and repair of damaged slopes around the airfield by revegetation with native plant species at the Naval Auxiliary Landing Field (NALF), San Clemente Island (SCI), California. It is the Government's intent to implement Best Management Practices (BMP) to reduce or prevent pollutants in storm water discharges and authorized non-storm water discharges, control sedimentation and erosion, and enhance the habitat of the plant and animal species, which are unique at San Clemente Island (SCI). The contract is to be awarded to the responsible offeror who submits the proposal that is considered most advantageous to the Government. Evaluation factors are (1) Past Performance, (2) Technical Knowledge, (3) Price. Within the "Past Performance" factor, are the following subfactors listed in descending order of importance (1A) Performance On Previous Contracts, (1B) Experience in Comparable Projects, (1C) Subcontracting Effort, (1D) Awards, Certifications. Within the "Technical Knowledge" factor are three subfactors considered of equal importance to each other: (2A) Prior experience in preparation of Storm Water Pollution Prevention Plan, preparation of plans and specifications in accordance with CALTRANS Storm Water Quality Handbooks, Construction Contractor's Guide and Specifications, Highway Design Manual, Standard Plans and Specifications, (2B) Prior experience in dealing with native California plants in a variety of settings in the recovery of different plant communities, (2C) Key Personnel Qualifications. All evaluation factors other than cost or price when combined, are significantly more important than cost or price. A site visit is scheduled for 1 July 1998 and a preproposal conference is scheduled for 2 July 1998. Details will be provided in the RFP under Instructions to Proposers. -- The estimated cost is between $1,000,000 and $5,000,000. Firm Fixed Price Construction Contact. -- Contract duration is 730 calendar days. -- Offers will be considered from all responsible sources. -- This project is unrestricted. -- The standard Industrial Code is 1629 and the annual size standard is $ 17 million. -- This solicitation will be available on the Internet at the following address: http://ebsswd.wes.army.mil as an Electronic Bid Set (EBS). The response time required by FAR 5.203 will begin on the date of issuance of the EBS solicitation. -- Solicitation packages and plan holders list may be acquired by registration at the Internet address listed above. Solicitation will be available on or about June 15, 1998. Submit requests for information to the attention of the Contract Specialist, Deniese Steverson, by fax, (619) 556-8929 or via internet. (0156)

Loren Data Corp. http://www.ld.com (SYN# 0116 19980609\Z-0010.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page