Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 9,1998 PSA#2198

Northern 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