|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Y -- DESIGN/BUILT CONSTRUCTION AIRCRAFT/PLATFORM INTERFACE FACILITY,
NAVAL AIR WARFARE CENTER, LAKEHURST, NJ SOL N62472-98-R-0035 DUE 042699
POC Al Randazzo, Contract Specialist, 610-595-0623. This is a
Pre-Solicitation Notice: This is a design/build contract. The base
requirement shall be for the Design portion of the project. The
construction portion of the new facility will be an Option. Exercise of
the option shall be contingent upon final authorization of the project.
The contractor shall design, engineer and construct a new R & D
Laboratory Building with a floor area of 6,174 square meters for the
product development, analysis and integration of Aircraft/Platform
Interface Systems and equipment. The new building shall provide support
(electrical power, foundations, exhaust, water etc.) for Government
Furnished/Government Installed test equipment. The new building shall
include the following special features: a compressed air system, a
bridge crane, raised computer flooring, an Argon gas system, Sensitive
Compartmented Information Facilities (SCIF) and LAN cables and
pathways. Include the design, engineering and construction of paving,
site improvements and utilities. The new building site shall be
adjacent to two existing office buildings. The utilities and some
parking areas for these office buildings will require relocation for
the new laboratory building. Provide 79 additional parking spaces.
Realign the existing roads so that all existing, relocated and new
parking spaces, the existing office buildings and the new laboratory
are within the roads. Modify the sanitary forced main and storm
drainage sewers, potable and non-potable (fire protection) water,
underground 35 KV electrical power and underground voice and data
telecommunications systems for the site development and service to the
new laboratory building. Natural gas line relocations and the natural
gas service to the new laboratory buildng will be contracted by
separate contract with New Jersey Natural Gas Company. The Estimated
cost range is greater than $10,000,000.00. The Standard Industrial
Classification (SIC) Code for this project is 1541 with a small
business standard of $17 million for this project. This project is
being issued on a unrestricted basis. 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;
3)Technical Experience, Expertise, and Qualifications; and 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
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 and price will be of equal importance in phase-two.
This project is being issued on an Unrestriced basis. The Request for
Proposal package for Phase-one will be available 26 March 1999. 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/advertisedsolicitations .
asp (Hard copies (Paper sets) or CD-ROM of the solicitation will not be
provided by the Government.) The official planholders 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 DUE 26 APRIL 1999. 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 of 1996, 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 Al
Randazzo at (610) 595-0671. Posted 02/24/99 (I-SN301992). (0055) Loren Data Corp. http://www.ld.com (SYN# 0106 19990226\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|