Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Y -- NEW NAVY LODGE, NAVAL AIR STATION, BRUNSWICK, ME SOL N62472-96-R-0461 DUE 092198 POC Michelle Donnelly, Contract Specialist, 610-595-0633. This is a modification to update the following information to the CBD issue of August 14, 1998 PSA#2159 (SYN#0163 19980814 Z-0014.SOL) This is a Procurement Notice: The work provides for a 26 guest room Navy Lodge. The building two-story wood frame on spread footings and slab-on-grade. Utilities include sanitary sewer, electrical and telephone. The work also includes removal of a small concrete slab and footings, a steam manhole, a stand of trees and incidental related work. This solicitation also includes the following proprietary items: light fixtures, towel shelf, H/C accessible shower stall, tub enclosure, thru-wall heat pumps, bath fan light, cultured marble vanity tops, electric card locks, commercial washer, commerical dryer, ice machine, laundry chute, unit kitchens, ceramic tile, vinyl wall covering, carpet, paint, vinyl base, plastic laminate, vinyl composition tile and rubber treads and risers. The due date for proposals shall be 3 weeks from issuance. Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation, will be the lowest price, technically acceptable offer, price and technical factors considered. Technical factors to be evaluated are 1) Specialized recent experience (within five years) in constructing and/or renovating commercial lodging facilities (e.g. apartment complexes, townhouses, military style bachelor quarters), 2)Schedule identifying timeline and key milestones. The Government shall also evaluate the proposers pase performance and price. The Government will utilize existing ACASS and CCASS data for past performance. The RFP (Solicitation) package will be issue on or about 31 August 1998. For plans and specifications you mail in your request on company letterhead with your complete address, telephone number and fax number along with a Company check, Cashier's check or Money Order in the amount of $110.00 (THIS CHARGE IS NON REFUNDABLE) to: DEFENSE AUTOMATED PRINTING OFFICE, BUILDING 4/D, ATTN ROY BOWSER, 700 ROBBINS AVE., PHILADELPHIA, PA 19111-5094. Each check must be made payable to the U.S. TREASURY and annotated with the applicable solicitation number. Two sets of plans and specifications will be sent via First Class Mail upon availability to those contractors who have tendered payment. If a contract number is not annotated as requires or your check is not made payable to the U.S. TREASURY, your check will be returned unprocessed. NO CREDIT CARDS OR PERSONAL CHECKS WILL BE ACCEPTED. NO PLANS AND SPECIFICATIONS WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. If you would like information on the mailing of the solicitation package via expedited courier service, please contact: MR ROY BOWSER AT (215) 697-6257. The Government reserves the right to reject any and all proposals at any time prior to award and to negotiate with any and all proposers. Proposers are advised that it is intended to award without discussion or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Estimated cost range is $1,000,000 -- $2,500,000. The SIC code is 1522 and the Small Business Size Standard of $17 million are applicable to this contract. A subcontracting plan will be submitted prior to award if the project is awarded to a large business concern. Estimated contract duration is 300 days. The proposed contract (solicitation) will be issued as unrestricted and is subject to the evaluation criteria set forth in DFAR 252.219-7008 -- Notice of Evaluation Preference for Small Disadvantaged Business Concerns -- Construction Acquisitions -- Test Program (APR 1996). (Per The Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitation issued after May 31, 1998, failure to registered in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFAR Subpart 204.73. Bidders/Offerors should submit vertification of their's firm's registration in the DOD CCR Database with their Bid or Proposal. If you need additional information, please contact Ms. Sheila Brown at (610) 595-0639). For technical questions concerning the subject notice, please faxed to Ms. Michelle Donnelly at (610) 595-0644. Posted 08/21/98 (I-SN240462). (0233)

Loren Data Corp. http://www.ld.com (SYN# 0125 19980825\Y-0005.SOL)


Y - Construction of Structures and Facilities Index Page