Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1998 PSA#2217

Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA 23511-2699 (attn: Code 0222)

Z -- CONSTRUCTION, RENOVATION, AND REPAIR OF NAVAL BERTHING PIERS AND WHARFS ON THE EAST COAST OF THE UNITED STATES BUT PREDOMINATELY LOCATED IN THE HAMPTON ROADS AREA, VIRGINIA SOL N62470-98-R-9979 DUE 010799 POC Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist, Andy Shanks, 757-322-8258 E-MAIL: Click here to contact Andy Shanks via e-mail, ShanksCA@efdlant.navfac.navy.mil. The work consists of new construction and renovation, alteration, and repair of Naval berthing piers and wharfs, and other incidental related work. The work is to be performed on the East Coast of the United States, but predominately located in the Hampton Roads Area, Virginia. This area includes Yorktown, Williamsburg, Norfolk, Portsmouth, Virginia Beach, and Chesapeake, Virginia. This is a firm-fixed price Indefinite Delivery, Indefinite Quantity Solution Order Concept (SOC) solicitation. The duration of the contract is for one (1) year from date of contract award. The solicitation includes two (2), one year option periods for the same scope of services. This procurement is for one solicitation that may result in multiple awards. The Government may consider volume of work under this contract when requesting bids for new projects in order to affect an equitable distribution of work. The requirements for the Source Selection criteria factors are as follows: Factor 1 Price; Factor 2 Technical; Factor 2APrime Contractor Corporate Experience; Factor 2B Prime Contractor Past Performance; Factor 2C Support of Small Business Programs; Subfactor (1) Subcontracting Plan; Subfactor (2) Subcontracting Past Performance. For purposes of evaluation of offers the technical factors, when combined, are as important as the price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The Request for Technical Proposals will be issued on 25 November 1998. The receipt date of technical proposals is 7 January 1999 at 2:00 p.m. Price proposals will be requested after the competitive range has been established. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format on CD-ROM. The free Acrobat Reader, required to view the PDF files, is provided on the CD or can be downloaded from the Adobe website. Drawings are additionally included in the generic TIF graphic format. A charge of $12.50 will be made for each CD. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to Ms. Priscilla Schaefer at 757-444-5968. A copy of the planholder's list can be obtained on the internet at www.norfolk.sebt.daps.mil. Technical inquiries shall be faxed to 757-322-8264, Attention: Andy Shanks, Code 02223. The estimated maximum dollar value of the contract including the base year and any option years is not to exceed $140,000,000.00. The Standard Industrial Classification (SIC) Code for this project is 1629 with a Size Standard of $17,000,000.00. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract. Posted 11/04/98 (W-SN268356). (0308)

Loren Data Corp. http://www.ld.com (SYN# 0135 19981106\Z-0013.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page