Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1999 PSA#2381

Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA 23511-2699 (attn: Code 0222)

Y -- CARPER FARMS HOUSING REPLACEMENT, VIRGINIA BEACH, VIRGINIA SOL N62470-95-R-5046 DUE 083199 POC Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist, RITA WARREN, 757-322-8263 E-MAIL: N62470-95-R-5046 Correction, WarrenRB@efdlant.navfac.navy.mil. Correction: This action published in the CBD on 14 June 1999 is amended as follows: This project solicits a Two Phase-Design/Build construction contract for up to 320 3,4, and 5 bedroom new townhouse units at the Carper Farms area of Virginia Beach, Va. Exterior living area will include privacy fencing, exterior storage sheds, and landscaping. Site improvements to include upgrade of existing electrical and gas systems; major modification to water distribution and storm drainage; reworking of existing road network; provide new curbs and gutters; general landscaping and tot lots. Contract also includes a housing office and self-help warehouse. Requirements for the technical Source Selection criteria factors are as follows: PHASE ONE FACTORS: (A) Past Performance; subfactors (1) Construction; and (2) Design; (B) Technical Qualifications and Corporate Experience; subfactors (1) Construction; and (2)Design; (C) Small Business Subcontracting Effort. PHASE ONE EVALUATION CRITERIA WILL ADDRESS TECHNICAL ONLY, PRICE WILL NOT BE A CONSIDERATION DURING THIS PHASE. PHASE TWO FACTORS: (A) Past Performance (same as PHASE ONE); (B) Technical Qualifications and Experience (same as PHASE ONE); (C) Small Business Subcontracting Effort; subfactors (1) Subcontracting Plan; and (2) Past Performance (same as PHASE ONE); (D) Technical Solutions; subfactors (1) Design Solution Narratives; (2) Proposed Schedule and Number of Units; and (3) Sustainable Design Features. A maximum of five offerors selected during PHASE ONE will advance to PHASE TWO. Offerors will be evaluated on both technical and price proposals during this phase. Overall technical and price factors will be equal in significance. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than 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. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE IN PHASE TWO WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the proposers will be afforded the opportunity to revise their proposals. The Request for Technical Proposals for PHASE ONE will be issued on 30 July 1999. The receipt date for Technical Proposals is 30 August 1999 at 2:00 p.m. Price proposals for PHASE TWO will be requested after the competitive range has been established. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format on CD ROM. The free Acrobat Reader, required to view the PDF files, is provided on the CD or can be downloaded from the Adobe website. A charge will be made for each CD. The cost is $12.50 for each CD. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to Ms. Priscilla Schaefer at 757-444-5968. A copy of the planholder's list can be obtained on the internet at www.norfolk.sebt.daps.mil. Technical inquiries shall be faxed to 757-322-8264, Attention: Rita Warren, Code 02226. The Estimated Cost Range is between $25,000,000.00 and $100,000,000.00. The Standard Industrial Classification (SIC) Code for this project is 1522 with a Size Standard of $17,000,000.00. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract. The date of self-certification of SDB Subcontractors has been extended to 1 October 1999. Funding for this project is available in the amount of $34,500,000. Posted 07/01/99 (W-SN349522). (0182)

Loren Data Corp. http://www.ld.com (SYN# 0138 19990706\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page