|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 9,1998 PSA#2198Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Y -- DESIGN /BUILD CONTRACT FOR YOUTH CENTER, NAVAL SUBMARINE BASE,
NEW LONDON, CT SOL N62472-98-R-0076 DUE 102898 POC Michelle Donnelly,
Contract Specialist, 610-595-0633. This is a Solicitation Notice: This
is a design/build contract. This will be a new facility and shall be
approximately 15,500 square foot. The facility will include a
gymnasium, multi-purpose room, classroom/meeting rooms, computer/study
room, music room, teen lounge, snack bar, restrooms, offices, and
support spaces. The new Youth Center will be built on the site of an
existing Community Center. The existing Community Center is scheduled
for demolition by the government under a separate contract. Supporting
facilities work for the new Youth Center will include, but not limited
to site preparation, utility connections, storm water management,
paving, walks, exterior signage and landscaping. Eoach;stimated cost
range for the project is between 2.5 and 3.0 million dollars.
Design-build procedures shall be utilized for the construction of this
facility. This will be a best value procurement. The Government will
conduct a two-phase design-build selection process. The first phase
will require interested firms respond to technical/management factors.
All factors and sub-factors shall be of equal importance in phase-one.
The factors to be evaluated under phase-one are 1)Past Performance;
2)Management Approach; and 3)Technical Experience, Expertise, and
Qualifications; 4)Commitment to Small Business Concerns. The offeror
will be required to provide information for both their construction
team, as well as their design team under these factors. The offerors
will be ranked. The most highly qualified offerors, up to a maximum of
five (5), will be selected to proceed to phase-two. Under phase-two,
the offeror will be required to submit a technical and a price
proposal. Phase-two technical factors shall include design concepts,
proposed technical solutions and schedule. Technical factors will be
more important than price in phase-two. This project will be funded by
Non-Appropriated Funds (NAF). The Standard Industrial Classification
(SIC) Code for this project is 1542 with a small business standard of
$17 million. This project is being issued on a unrestricted basis but
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). The
Request for Proposal package for Phase-one will be available 8 October
1998. In accordance with FAR.5.102(a)(7), availability of the
solicitation will be limited to the electronic medium; solicitation
will be available for download free of charge via Internet World Wide
Web at
http://www.efdnorth.navfac.navy.mil.ebs/asp/advertisesolicitations .
asp Hard copies (Paper sets) or CD-ROM of the solicitation will not be
provided by the Government. The official plan holders list will be
maintained and can be printed from the website. All prospective
offerors are encouraged to register as plan holders on the website.
Planholders lists will not be faxed and will only be available from the
website. Registering offerors must provide a complete name, complete
mailing address, area code and phone number, Offeror type (prime
contractor, subcontractor, and supplier), e-mail address and size
(large business, small business, small disadvantaged business, woman
owned small business or other). Notification of any change (amendments)
to the solicitation will be made on the Internet. It will be the
contractor's responsibility to check the website for any posted
changes. PHASE I PROPOSALS ARE DUED 28 OCTOBER 1998. The Government
reserves the right to reject any and all proposals at any time prior to
award and to negotiate with any or all offerors. Offerors selected to
participate in Phase II of the source selection are advised that it is
intended to award without discussions or any contact concerning the
proposals received. Therefore, proposals should be submitted initially
on the most favorable terms. Offerors should not assume that they will
be contacted or afforded an opportunity to qualify, discuss, or revise
their proposals. Per the Debt Collection Improvement Act of1996, the
Defense Federal Acquisition Regulation Supplement (DFAR) has been
amended to require all contractors to register in the Department of
Defense (DOD) Central Contractor Registration (CCR) Database. Be
advised for solicitations issued after May 31, 1998, failure to
register in the CCR makes an offeror ineligible for award of DOD
contracts. Information regarding this registration may be obtained by
accessing our website at http:/www.efdnorth.navfac.navy.mil or by
referring to DFARS Subpart 204.73. Offerors should submit verification
of their firm's registration in the CCR Database with their proposal.
For technical questions concerning this project, please faxed to
Michelle Donnelly at (610) 595-0646. Posted 10/07/98 (I-SN260137).
(0280) Loren Data Corp. http://www.ld.com (SYN# 0091 19981009\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|