|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124Regional Officer in Charge of Contracts, Naval Facilities Engineering
Command, 4262 Radford Dr. Honolulu, HI 96818-3296, Code 0212 Y -- FY99 MCON P-154 CENTRAL RECEIVING/CONTAINER OPERATIONS FACILITY
AT THE FLEET AND INDUSTRIAL SUPPLY CENTER, PEARL HARBOR, OAHU, HAWAII
SOL N62742-97-R-1311 DUE 081098 POC Ms. Sarah Goodwin-Bain, Procurement
Technician, Ms. Sharon Uesugi, Contract Specialist, telephone (808)
474-5510, facsimile (808) 474-7316 The work includes the construction
of an open area structure with mezzanine, and a loading dock pit with
6 docking positions for container vans and flat bed trucks. The
structure will be steel frame construction, reinforced concrete mat
foundation on prestressed concrete piles, reinforced concrete floor
slab, elevated concrete slab, concrete unit masonry, steel standing
seam roofing, preformed metal siding, sheet metal work, rolling metal
doors, steel doors, wood doors, rolling service doors, steel and
aluminum windows, architectural finishes, building specialties, pallet
storage racks, dock levelers, hydraulic elevator, trolley mounted lift
device, fire sprinkler systems, fire alarm systems, plumbing, air
conditioning, electrical work, and incidental related work. Exterior
work includes connecting utilities, asphaltic concrete pavements, storm
drainage, chain link fence, landscaping and site improvements. The work
also includes demolition of Buildings 447, 471, 477 and T-65. Hazardous
abatement work includes removal of asbestos containing materials, lead
containing paint, PCB's and contaminated soil. Estimated cost is
between $5,000,000 and $10,000,000. The performance period is 510
calendar days. THE SIC CODE FOR THIS PROCUREMENT IS 1541 AND THE ANNUAL
SIZE STANDARD IS $17.0 MILLION. This procurement is UNRESTRICTED. This
is a source selection procurement requiring both technical and price
proposals. Contract award will be made to the offeror proposing the
best value to the Government from a technical and price standpoint.
Price is considered equal to the technical evaluation factors.
Technical evaluation factors are as follows: (1) Past performance, (2)
Qualifications and Experience of key personnel, and (3) Socio-economic
evaluation (Commitments to Small Business, Small Disadvantaged
Business, Women-Owned Small Business, Historically Black College and
University). Plans and specifications are no longer available for
purchase over the counter at Regional Officer in Charge of Contracts,
NAVFACENGCOM, Construction Contracts Division, 4262 Radford Drive,
Honolulu, Hawaii 96818-3296. However, arrangements may be made to
pickup RFP at this office in your request letter. DUE TO A CHANGE IN
THE DISTRIBUTION OF SOLICITATIONS, YOUR LETTER REQUESTING THIS RFP
SHALL BE MAILED TO: DEFENSE AUTOMATED PRINTING SERVICE, ATTN:
SOLICITATION PRINTING, PO BOX 126, PEARL HARBOR, HAWAII 96860-5120.
THERE IS A NON-REFUNDABLE CHARGE OF $68.67. CHECKS SHOULD BE MADE
PAYABLE TO "U.S. TREASURY." IF USING VISA OR MASTERCARD, BE SURE TO
INCLUDE THE CARDHOLDER'S NAME, ACCOUNT NUMBER AND EXPIRATION DATE IN
YOUR LETTER. THE LETTER MUST ALSO STATE YOUR COMPANY NAME, ADDRESS,
TELEPHONE NUMBER, FACSIMILE NUMBER, RFP NO. AND PROJECT TITLE, AND
WHETHER THE RFP WILL BE PICKED UP. PLEASE INDICATE WHETHER PRIME,
SUBCONTRACTOR, OR SUPPLIER. Allow at least one week for mailing of RFP.
Companies wanting the RFP to be sent via air express service must
furnish their express service's airbill label with the recipient's
name, telephone no., company name, address, company's account no., and
type of delivery filled in. Failure to provide any of the above
information and check, as indicated, may delay the processing of the
RFP. Planholder's list may be requested via facsimile transmission to
(808) 471-2604 or obtained by accessing the Defense Automated Printing
Service (DAPS) web site: http://www.hawaii.wnbt.daps.mil. (0174) Loren Data Corp. http://www.ld.com (SYN# 0149 19980625\Y-0025.SOL)
Y - Construction of Structures and Facilities Index Page
|
|