|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404Regional Officer in Charge of Contract, Pearl Harbor, NAVFACENGCOM
(R110), 4262 Radford Drive, Honolulu, HI 96818-3296 Z -- FY00 MCON PROJECT P-526 BEQ MODERNIZATION AT THE NAVAL STATION,
PEARL HARBOR, OAHU, HAWAII SOL N62742-98-R-1322 DUE 092999 POC Ms.
Roxanne Vannatta, Procurement Technician, Ms. Jane Nishiguchi, Contract
Specialist, telephone (808) 474-6325, facsimile (808) 474-7316 The
scope of work includes completion of Design (100%/Final) using the
plans in the RFP as the basis to provide a compete and useable
facility. Construct the modernization and seismic upgrades of four
existing three-story concrete buildings to 2+0 standards for a total of
175 double occupancy modules. Work includes various types of air
conditioning systems, desuperheater for hot water generation with
backup gas fired water heater, fire sprinkler mains/systems for all
buildings, replacement of doors, windows, ceilings, floor and wall
coverings, removal and disposal of asbestos containing floor tiles,
lead paint removal, new asphaltic concrete basketball court and roads,
new corridor railings, hot water boiler and pipe insulation for one
building; addition of structural walls/footings to meet current Navy
seismic requirements, re-installing card reader door locks, transformer
upgrades of two buildings, ADA compliant units in specified buildings,
new Recreation Building with full kitchen, and covered sheltered
mailboxes to be included. Unforeseen environmental conditions will be
encountered in the performance such as removal and disposal of
contaminated soil. Project includes restrictions on construction
accessibility to minimize disruptions to Government operations.
Desirable items that can be offered to Govt. include: Re-roof of all
project buildings, gutter and downspout replacement, exterior
architectural enhancement, exterior insulation finish system (EIFS),
walkway lighting, parking lot lighting, volleyball court lighting, and
landscaping with irrigation. Budget Limitation: $15,000,000.00. The
performance period is 1280 calendar days. SIC: 1522, Annual size
standard $17.0 M; procurement is Unrestricted. This is a source
selection procurement requiring both technical and price proposals.
Contract award will be made to the offeror proposing the best value to
the Government from a standpoint of the technical and price proposal.
Price is considered equal to the technical evaluation factors.
Technical evaluation factors are as follows: (1) FACTOR A: DESIGNER'S
QUALIFICATIONS AND EXPERIENCE AND PAST PERFORMANCE; (2) FACTOR B:
CONTRACTOR'S QUALIFICATIONS AND EXPERIENCE AND PAST; PERFORMANCE; (3).
FACTOR C: MODIFIED DESIGN/BUILD MANAGEMENT PLAN; (4) FACTOR D:
CONSTRUCTION MANAGEMENT PLAN; (5) FACTOR E: SOCIOECONOMIC EVAUATION:
COMMITMENTS TO SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESS (SDB),
AND WOMEN-OWNED SMALL BUSINESS (WOSB), HISTORICALLY BLACK COLLEGE AND
UNIVERSITY OR MINOR INSTITUTION (HBCU/MI). The Request for Proposal
(RFP) will be available on 18 August 1999 on Compact Disk (CD-ROM) or
paper (hardcopy) and will be mailed to requesters or may be picked up
at the Regional Officer In Charge of Contracts, NAVFACENGCOM,
Construction Contracts Division, 4262 Radford Drive, Building 62,
Honolulu, Hawaii 96818-3296. YOU MAY USE THE "SOLICITATION PURCHASE
REQUEST FORM" LOCATED AT
http://www.efdpac.navfac.navy.mil/ebsroot/pactoolbox.htm TO ORDER THE
SOLICITATION. Your purchase request, if mailed, should be sent to:
DEFENSE AUTOMATED PRINTING SERVICE, ATTN: SOLICITATION PRINTING, 1025
Quincy Avenue, Suite 200, Pearl Harbor, HI 96860-4512. If sending
purchase requests by air express service, send to the following
address: Defense Automated Printing Service, Pearl Harbor Naval Base
Building 550, Pearl Harbor, HI 96860. There is a non-refundable charge
of $60.14 for the CD-ROM and $87.47 for the hardcopy. Checks should be
made PAYABLE TO: "SUPERINTENDENT OF DOCUMENTS". If using Visa,
Mastercard, or Discover card, you may fax your request to (808)
473-2604. Be sure to include the cardholder's name, account number and
expiration date in your request along with your company name, address,
telephone number, facsimile number, RFP No. and project title, and
whether the RFP will be picked up at ROICC, 4262 Radford Drive, Bldg
62, Honolulu, HI. Please indicate whether prime, subcontractor, or
supplier. Allow at least ten days for mailing from the date your
request is received. Companies wanting the RFP to be sent via air
express service must furnish their express service's airbill label
filled in with the recipient's' name, telephone no., company name,
address, company's account no., and type of delivery. Failure to
provide any of the above information and payment, as indicated, may
delay the processing of the RFP and is no fault of the Government. A
COPY OF THE PLANHOLDERS LIST WILL BE AVAILABLE UNDER THE DESIGNATED
SOLICITATION NUMBER AT
http://www.hawaii.wnbt.daps.mil/PACDIV/pacdiv.htm. IMPORTANT NOTICE:
THE RFP IS ISSUED IN PAPER AND COMPACT DISK. ALL AMENDMENTS/NOTICES
WILL BE POSTED ON THE WEB SITE FOR DOWNLOADING. THIS WILL NORMALLY BE
THE ONLY METHOD OF DISTRIBUTING AMENDMENTS; THEREFORE, IT IS THE
OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY
AMENDMENTS TO THIS SOLICITATION. Any request for solicitation(s)
received within 10 working days prior to the request for proposal
closing date will be processed in accordance with the above procedures.
However, there is no guarantee that the recipients will receive the
solicitation prior to the proposal closing date. Posted 08/04/99
(W-SN363467). (0216) Loren Data Corp. http://www.ld.com (SYN# 0139 19990806\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|