Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291

Northern 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