Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Y -- BEQ, NAS, NEW ORLEANS, LA SOL N62467-98-R-1095 DUE 110198 POC POC: Agnes Copeland, Code 0212AC, FAX # (843) 820-5853 PRESOLICITATION NOTICE: THE COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $10. THE POINT OF CONTACT IS RONNIE MITCHUM AT 843/743-4040,Ext, 18. THIS CHARGE IS NON-REFUNDABLE. To obtain plans and specifications you may send company check payable to US Treasury and send to the DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P O BOX 71359, CHARLESTON, SC 29415 OR FOR DIRECT OR EXPRESS MAIL DELIVERY, ADDRESS YOUR REQUEST TO SUITE B 2825 AVENUE D. NORTH CHARLESTON, SC 29408-1802. Please indicate if you are a Prime Contractor, Subcontractor, Supplier, ETC. Please also include (1) A Point of Contract, (2) A Telephone Number, and (3) a FAX Number. If problems arise concerning your request, call RONNIE MITCHUM at 843/743-4040, Ext. 18. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders List will be mailed. Plan Holders List can be obtained from the Internet at http://www.chas.sebt.daps.mil. For inquiries about RECEIPT OF PROPOSAL, NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (843) 820-5775. The work includes the design and construction of separate buildings (garden style lay-out, residential construction) connected by stairs and balconies, multi-story, brick siding, pile foundation, metal seam roof: 56 two person units (112 PN) and 22 one person units (22PN) living/sleeping modules with semi-private bathrooms, kitchenettes, walk-in closets, fire protection, energy efficient climate control systems, housekeeping, laundry, vending, storage closets, parking and site improvements, BEQ Administrative and other common user areas, and utilities. 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, (B) Technical Approach, (C) 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 best interest. These highly rated firms selected from Phase I will be requested to submit Phase II criteria consisting of technical and cost proposals. Phase Two is to determine the "BEST VALUE" to the Government. An example of evaluation factors for Phase II may consist of; (A) Technical Solutions, (B) Personal Qualifications, (C) Building Envelope and (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. The proposed acquisition listed herein is being considered for 100% Set-Aside for Small Business Concerns. Interested Small Business concerns should notify this office in writing, Attn: Code 0212AC of their intention to submit a proposal on the project as Prime Contractor as early as possible but no later than 16 Sept 98. This notification must include the name of the design and construction firm proposed on this project; evidence of capacity to obtain required bonds and specific information which demonstrates the capability to perform projects of this complexity and magnitude. Complete information concerning management experience in similar work and financial status should be submitted with references. If adequate interest is not received from Small Business Concerns, the solicitation will be issued on an unrestricted basis. In either event, an amended synopsis will be issued indicating set-aside decision, and proposal due date. Estimated cost of project is $5,000,000 to $10,000,000. Estimated duration of the contract is 365 calendar days for completion. The SIC Code for this project is 1522. . Receipt of Phase One is tentatively due on 01 NOV 98. Disclosure of sources selected to proceed to Phase Two is prohibited IAW FAR 3.104. The receipt date for Phase Two proposals will be established by amendment at a later date **** Posted 09/02/98 (W-SN244994). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0106 19980904\Y-0006.SOL)


Y - Construction of Structures and Facilities Index Page