|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1999 PSA#2352Officer in Charge of Construction, Box 555229, Camp Pendleton, CA
92055-5229 Z -- REPAIRS TO SEWAGE TREATMENT PLANTS #1, #2, #3, #9, #11, #12, #13
AND LIFT STATION #21537, MARINE CORPS BASE, CAMP PENDLETON, CA SOL
N68711-97-R-6527 DUE 070699 POC LINDA BIRNIE, Contract Specialist,
(760) 725-9815; CATHERINE JONES, Contracting Officer, (760) 725-9815
> Presolicitation Notice. The work includes the furnishing of all
labor, approved materials, equipment and incidental related work to
complete modifications to Sewage Treatment Plants # 1/Part A
(Headquarters Area), #2/Part B (San Luis Rey Area), #3/Part C (Chappo
Area), #9/Part D (Las Pulgas Area), #11/Part E (San Onofre Area),
#12/Part F (San Mateo Area), #13/Part G (Twin Lakes Area) and Lift
Station #21537/Part H. The work includes but is not limited to
construction/installation of components such as primary and secondary
clarifiers, digester mixing stations, digester tanks and gas piping/
appurtenances, secondary digester covers, primary effluent pumps,
primary sludge pump station, primary and secondary sludge pumps,
chlorine control and dosing system modifications. The contract is to be
awarded to the responsible offeror who submits the proposal considered
most advantageous to the Government considering Factor 1 --
Specialized Experience/Past Performance/Subcontracting (Subfactor 1.1
-- Specialized Experience, Subfactor 1.2. -Past Performance, Subfactor
1.3 -- Subcontracting Efforts); Factor 2 -- Project Management
(Subfactor 2.1 -- Experience with Multiple Sites/Projects concurrently,
Subfactor 2.2 -Technical Experience of Field Team, Subfactor 2.3 --
Organizational Capacity); Factor 3 -Quality Control (Subfactor 3.1 --
Quality Control Mechanisms/Capacity); Factor 4 -- Technical Approach
(Subfactor 4.1 -- Schedule/Work Plan); Factor 5 -Price. When the
proposal is evaluated as a whole, Factors 1, 2, 3 and 4
(Experience/Past Performance/Subcontracting, Project Management,
Quality Control, and Technical Approach) combined are approximately
equal to Factor 5 (Price). The importance of price will increase if
offerors in the competitive range are considered essentially equal in
terms of technical capability, or if a price is so significantly high
as to diminish the value of technical superiority to the Government.
The site visit will be scheduled for June 21, 1999 at 9:00 a.m.at the
ROICC Office, Building 22101, Marine Corps Base, Camp Pendleton.
Following the site visit, a pre-proposal conference will be held from
13:30 p.m. to 15:30 p.m. Proposers who wish to inspect the work on site
and attend the preproposal conference may do so by contacting James
McCord at (760) 725-8193. Key subcontractors are encouraged to attend.
Only one site visit will be offered. For additional information,
please contact Linda Birnie at (760) 725-9815, or fax your inquiries to
(760) 725-8210, Attention Linda Birnie (Code 5CC2LB). This is not a
public bid opening. The estimated cost is $5,000,000.00 to
$10,000,000.00. Firm Fixed Price Contract. Contract duration is 365
calendar days. Proposals will be considered from all responsible
sources. This project is unrestricted. The Standard Industrial Code is
1541 and the annual size is $17 million. In accordance with FAR
5.102(a)(7), availability of this solicitation will be limited to the
electronic medium. This solicitation will be available through
CD-ROMonly. The official plan holder's list will be maintained on, and
may be printed from the following address:
http://www.efdsw.navfac.navy.mil- once in this website, link to
Electronic Solicitations. All prospective offerors and planrooms are
required to register as planholders on this website. Hard copies (paper
sets) or viewing and downloading of this solicitation will NOT be
provided by the Government. The Government will NOT provide hard copies
of the planholder's list. Notification of amendments to the
solicitation will only be made on this website for any posted changes.
It is the sole responsibility of the offeror to continually view this
website for any amendments made to this solicitation. The CD-ROM for
this solicitation will be available on or about June 4, 1999 on a first
come first serve basis. The CD-ROM will only be mailed; it will not be
available for pick-up. The opening/ receipt date is approximately July
6, 1999. Posted 05/20/99 (W-SN333837). (0140) Loren Data Corp. http://www.ld.com (SYN# 0130 19990524\Z-0018.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|