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