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