|
COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- TWO-PHASE DESIGN-BUILD, ADDITION TO HANGAR 5, NAVAL AIR STATION
ATLANTA, MARIETTA, GA SOL N62467-98-R-1039 DUE 082598 POC Contract
Specialist: Agnes Copeland, Code 0212AC, Fax No.: 843/820-5853.
Contracting Officer: W. J. Anonie, Code 0212. THIS IS A PRESOLICITATION
BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN
COMPETITION. The work includes design and construction of a new
construction of an addition to Hangar Five at the Naval Air Station
Atlanta in Marietta. The work shall include integrated site development
and all incidentals related work to provide a complete and usable
facility. This is a 2,590 square meter addition. Work consist of a
steel frame construction with masonry veneer, concrete floor, fire
protection system, interior acoustical ceiling, maintenance shops,
storage areas and air-conditioned office areas. Exterior construction
will include aircraft and vehicle parking, utilities and aircraft
tie-downs. The solicitation for the acquisition of this new facility is
formatted as an Request for Proposals (RFP) in accordance with the
requirements designated by Federal Acquisition Regulation (FAR) Part 15
for negotiated procurements utilizing Two-Phase Design-Build Selection
Procedures of FAR 36.3. The Government will award a contract resulting
from this solicitation to the responsible offeror whose proposal
conforms to this solicitation will be the "BEST VALUE" to the
Government, price and technical factors considered. This procurement
will consist of Two Phases. Phase One is to determine which offerors
will proceed to Phase Two. In Phase One offerors, will be evaluated
using the following factors; (A) Past Performance, with sub-factors of;
(1) Design Team, (2) construction Team; (B) Technical Qualifications,
with sub-factors; (1) Design Team, (2) Construction Team; (C)
Management Approach; and (D) Small Business Subcontracting Effort,
applies to small and large business. The highest rated offerors will be
selected to submit Phase Two proposals. The maximum number shall not
exceed five unless the contracting officer determines that a number
greater than five is in the Government's interest. The Government will
amend the solicitation to request Phase Two technical and cost
proposals from only the selected offerors. Phase Two is to determine
the "BEST VALUE" to the Government. Offers will be evaluated on the
following factors; (A) Past Performance (same as Phase One); (B)
Technical Qualifications (same as Phase One); (C) Technical Solutions,
with sub-factors; (1) Team Identification, (2) Design Solution
narratives, (3) Conceptual Site Plans, (4) conceptual Building Designs,
(5) Sustainable Design Features; (D) Small Business Subcontracting
Effort; and Price Proposal. The Government reserves the right to reject
any or all offers at any time prior to the award; to negotiate with any
or all offerors; to award the contract to other than the offeror
submitting the lowest total price; and to award to the offeror
submitting the proposal determined by the Government to be the most
advantageous to the Government. OFFERORS ARE ADVISED THAT AN AWARD
MIGHT BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE
PROPOSALS SUBMITTED. Offers should be submitted in the most FAVORABLE
TERMS. Offerors should not assume that they would be contacted or
afforded an opportunity to qualify, discuss, and/or revise their
proposals. FIRMS SUBMITTING PRICE AND TECHNICAL PROPOSALS WILL NOT BE
COMPENSATED FOR SUBMITTED SPECIFICATION OR DOCUMENTATION. There is a
$20.00 Non-Refundable Charge for each copy of the Phase One
solicitation. To obtain a copy of the solicitation you may submit a
company check payable to the US Treasury and remit to: THE DEFENSE
AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, PO BOX 71359,
CHARLESTON, SC 29415. Submission by EXPRESS MAIL SERVICES should be
sent to THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM,
SUITE B, 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-1802. Your request
should include (1) a Point of Contact, (2) a Telephone Number, and (3)
a Fax Number. If problems arise concerning your request please contact
Ronnie Mitchum at (843) 743-4040. To obtain a plan holder's list you
may submit a letter to Ronnie Mitchum or a Fax to (843) 743-3027. Plan
Holders lists will only be mailed. Plan holder's listis available on
the Internet at http://www.chas.sebt.daps.mil. Inquires about Proposal
Due Dates or Number of Amendments issued contact Susan Clark at (843)
820-5775. All Technical Inquires must be submitted in writing 15 days
before Proposals are due. Submit to the address listed above or Fax
your questions to (843) 820-5853, Attn: Agnes Copeland, code 0212AC.
Estimated cost of this project is between $1,000,000 and $5,000,000.
Receipt of Phase One is due on 25 Aug 1998. Disclosure of sources
selected to proceed to Phase Two is prohibited in accordance with FAR
3.104. The receipt date for Phase Two proposals will be established by
amendment. Posted 07/09/98. (0190) Loren Data Corp. http://www.ld.com (SYN# 0151 19980713\Y-0034.SOL)
Y - Construction of Structures and Facilities Index Page
|
|