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