Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247

Commanding 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