Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

Regional 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