|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266Commanding Officer, Engineering Field Activity West, 900 Commodore Dr,
San Bruno, CA 94066-5006 Z -- WHOLEHOUSE REPAIRS OF 150 CAPEHART UNITS AT NPGS MONTEREY,
CALIFORNIA SOL N62474-98-R-2098 DUE 031799 POC POC Joyce Howell-Payne,
Contract Specialist/Carl Brinkley Contracting Officer SOLICITATION
NOTICE -- Request for Proposal (RFP) will be divided into two
construction Phases consisting of 75 units in the Base Award, and an
Option for another 75 units available for up to 270 calendar days
following contract award. Construction (wholehouse) repairs will be
accomplished utilizing Design/Build (Turnkey) concept. Request for RFP
documents must be made in writing, stating N62474-98-R-2098. It is
anticipated that the Solicitation will be issued and available with
compact disk (CD-ROM). To obtain plans and Specifications, you must
submit your request to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN:
CHRIS ROGERS AT 900 COMMODORE DRIVE, BUILDING B-203, San Bruno, CA
94066-5006, OR FAX (650) 244-3349. (CHRIS RODGERS may be reached at
telephone, (650) 244-3349) Your request must include: (1) Point of
contact; (2) complete company Name and Address; (3) Telephone Number;
and (4) FAX Number. Incomplete requests will be returned to the sender.
Plans and Specifications will be available on orabout 02 February 1999.
To obtain a Plan holders List, you must fax your requests to EFA, West,
Naval Facilities Engineering Command (ATTN: Joyce Howell-Payne), (650)
244-2699. The proposed contract is Unrestricted (If the prime
contractor is a large business, a subconcontracting plan will be
required). The Standard Industrial Code (SIC) is 1521 and the related
Small Business Size Standard is $17 million. The work includes but not
limited to repair, revitalization and modernization of (existing) unit
interiors and exterior of 150 one-story single and duplex units.
Mandatory requirements include general demolition, asbestos removal,
new interior finishes, cabinets, windows, doors, insulation, plumbing
fixtures, piping, furnaces, mechanical ducts, light fixtures, wiring,
telephone, and cable television. Exterior improvements includes new
roofing, accent materials, soffits, fascias, trim, and carport
upgrades. Desirable items include gutters, downspouts, skylights,
utility room cabinets, patios, decorative wall, fences, garden windows,
site drainage, water and sewer laterals. The project is to be acquired
by a competitive negotiated acquisition using the best value approach
and based on technical and price considerations. Award will be based
on best value to the Government. The Proposal submittal will address
the following technical factors: (1) sOLIPast Performance on comparable
housing projects, (2) Quality, Durability and Energy Efficiency of
Materials Proposed, (3) Extent to which desirable items are provided
within the available budget, (4) Past Experience of the offeror and the
entity that will prepare the construction documents, and (5) Commitment
to Small Business (SB) include Subcontractors and Women Owned Business,
and the Price Factor. The contract award will be subject to FAR
52.232-18 AVAILABILITY OF FUNDS, (APR 1984). Upon Availability of
funds, approximately $10,000,000 million will be available. Contract
duration is 720 calendar days including Base and Option. Technical
inquiries prior to receipt ofproposals must be submitted in writing and
faxed to Joyce Howell-payne, Code 1015.2JHP at (650) 244-2699 at least
15 calendar days prior to receipt of proposals. Posted 01/19/99
(W-SN289109). (0019) Loren Data Corp. http://www.ld.com (SYN# 0158 19990121\Z-0036.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|