|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- ADDITIONS AND ALTERATIONS TO BUILDING 118 (TWO-PHASED
DESIGN/BUILD), NAVAL AIR STATION, JACKSONVILLE, FL SOL N62467-98-R-1086
DUE 021199 POC Contract Specialist: Barbara Green, Code 0211BG.
Contracting Officer: L. R. Fisk, Code 0211. THIS PRE-SOLICITATION IS
BEING ADVERTISED AS 100% SET-ASIDE FOR SMALL BUSINESS (SB) CONCERNS.
The work includes the design and construction of additions and
alterations to Building 118. The work shall consist of renovation of
1,582 SM of existing space inside of building 118. The space consists
of raised computer flooring. CMU walls will be constructed and the HVAC
and electrical systems will be modified to support FASFAC equipment.
The 646 SM addition shall be single story steel frame building with
insulated CMU walls, concrete foundation, structural floor, and
built-up roof. The addition shall house 375 SM of space for the Ground
electronics maintenance Division (GEMD); 232 SM of equipment service,
maintenance and storage space and; 39 SM of space for the Fleet Area
Control and Surveillance Facility. Project will include asbestos
removal and lead abatement. Fire protection will also be required. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose proposal conforming to the solicitation
will be the "BEST VALUE" to the Government, price and technical factors
considered. This procurement will consist of two (2) Phases. Phase I
will be evaluated based on the following factors: FACTOR A -- Past
Performance; FACTOR B -- Technical Qualifications (1)Design and
(2)Construction; and FACTOR C Management Approach. The highest rated
offerors, 3 to 5 offerors but not to exceed five, will advance to Phase
II. The Government will then request Phase II Proposals. Phase II:
Qualified Proposers will be evaluated on: FACTOR A -- Past Performance
(as previously done in Phase I); FACTOR B -- Technical Solutions;
FACTOR C -- Technical Qualifications (Same as Phase I unless revised);
and FACTOR D -- Price Proposal. In addition to the Base Price
Proposal, the Offeror will be required to provide a proposed
Modification/Change Order percentage rates for Field Overhead, Home
Office Overhead, and Prime's Overhead on Subcontractors and the Prime's
Profit. The changeorder markup cost elements are awarded as part of the
contract and will be used as the markups for both additive and
deductive modifications after award for the term of the contract for
both the prime and subcontractors. 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
offeror 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. OFFERORS ARE ADVISED THE GOVERNMENT
INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS IF
POSSIBLE. Therefore, proposals should be submitted initially on the
most favorable terms. Offerors should not assume they will be contacted
or afforded an opportunity to qualify, discuss, or revise their
proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE
COMPENSATED FOR SPECIFICATIONS. FOR SPECIFICATIONS: There is a $10.00
Non-RefundableCharge for each set of Specifications. THIS CHARGE
APPLIES TO SPECIFICATIONS FOR PHASE I ONLY. THERE WILL BE A SEPARATE
AND DIFFERENT AMOUNT NON-REFUNDABLE CHARGE FOR PHASE II SPECIFICATIONS.
To obtain Specifications you may charge to a Visa, Master Card, or
Discover Credit Card or make company check payable to Superintendent of
Documents and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN:
RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D" NORTH, CHARLESTON, SC
29408-1802). PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR,
SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1)A POINT OF CONTACT,
(2)A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise
concerning your request, call RONNIE MITCHUM at 843/743-4040. To obtain
a plan holders list FAX your request to 843/743-3027. Plan Holders list
will be mailed. We cannot fax plan holders list. You may obtain a Plan
Holders List from the Internet at http://www.chas.sebt.daps.mil. For
inquiries about Proposals due dates or Number of Amendments issued,
contact ShirleyShumer at 843/820-5923. Technical Inquiries must be
submitted in writing 15 days before Proposals are due to the address
listed above, or faxed to 843/820-5853, Attn: Barbara Green, Code
0211BG. Estimated cost is between $1,000,000.00 and $5,000,000.00.
Estimated duration of the contract is 450 calendar days for completion.
The Standard Industry Code for this solicitation is 1542: General
Contractors -- Nonresidential Buildings, Other Than Industrial
Buildings and Warehouses. The Size Standard is $17,000,000.00. Proposal
Results will not be made available. Posted 12/18/98 (W-SN281740).
(0352) Loren Data Corp. http://www.ld.com (SYN# 0088 19981222\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|