Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1999 PSA#2440

Regional Officer in Charge of Contract, Pearl Harbor, NAVFACENGCOM (R110), 4262 Radford Drive, Honolulu, HI 96818-3296

Y -- FY00 MCON PROJECT P-112, MODIFIED DESIGN AND BUILD OF PACIFIC COMMAND HEADQUARTERS AT CAMP H. M. SMITH, OAHU, HAWAII SOL N62742-98-R-1353 DUE 122999 POC Ms. Adele Murakami, Contract Specialist, Ms. Roxanne Vannatta, Procurement Technician, Telephone No. (808) 474-6325, Facsimile No. (808) 474-7316 Design and construct a new military regional headquarters building with command centers and other related buildings located at Camp H. M. Smith, Oahu, Hawaii. A six-story, concrete building with an entrance canopy; administrative areas (office/reception areas, file rooms, conference/briefing rooms, vaults, technical libraries, administrative storage areas); special administrative areas within sensitive compartmentalized information facilities (SCIFs) with a telecommunications center; Operational Control Center (Command Center, Operations/Intelligence Briefing Room, Intelligence/Mission Planning areas); telecommunications center; training room; bulk storage areas; private dining room and food preparation area for hosting dignitaries and for use by officers O-6 and above; electronics and communications maintenance area; cafeteria; fire protection sprinkler, and fire alarm systems; prewiring for local area networks (LAN) and telephone systems; elevators; raised flooring; secondary electrical power distribution system (utility, technical and uninterruptible power supply (UPS)); Force Protection Requirements ; and mechanical ventilation air-conditioning (HVAC) with direct digital control (DDC) system. The building will be designed and constructed to meet the Americans for Disability Act for accessibility and for use by the physically challenged. A single story utility building, with mezzanine floor; emergency generators; Uninterruptible Power Supply (UPS) system; HVAC equipment; and fire pumps. A single story electrical primary switching station building with electrical primary switchgear and associated equipment. Exterior work includes telephone, communications, electrical power, civil (water/sewer/drainage) utilities; electrical primary switching station modifications; associated equipment; coordinating the upgrading of Hawaiian Electric Company (HECO) substation (work to be done by HECO); vehicle parking lots; and tennis courts. Modifications to Building 4 to support relocated antennas and associated equipment. Demolition of Building 41 currently on the proposed site. The design and design documentation including civil, landscape architecture, architectural, structural, mechanical, plumbing, fire protection engineering, electrical, lighting design, and communication systems. The budget ceiling for this project is estimated to be $74,020,000. It is planned for Congress to fund this project in increments in the next three fiscal years (FY). The incremental funding is planned accordingly: FY 2000 is $13,693,700; FY 2001 is $33,086,940; and FY 2002 is $27,239,360. THE SIC CODE FOR THIS PROCUREMENT IS 1542 AND THE ANNUAL SIZE STANDARD IS $17.0 MILLION. This is a firm, fixed-price procurement and 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 technical and price standpoint. Price is considered approximately equal to technical. Technical evaluation factors are as follows: Factor A -- Past performance, Factor B -- Qualifications and Experience, Factor C -- Technical Approach, Factor D -- Small Business Subcontracting Program and Plan, and Factor E -- Management Plans. A CD-ROM containing the Request for Proposal (RFP) will be available on or about 8 October 1999 and will be mailed to requesters. There is a non-refundable charge of $51.90 for the RFP. In addition, the AutoCAD files of the drawings are also available on a separate CD-ROM for those interested in submitting a proposal. There is also an additional non-refundable charge of $43.71 for this CD. The release of the AutoCAD files is strictly limited to providing information necessary to respond to the RFP. Those interested in obtaining a copy of the AutoCAD files must first submit a signed copy of the "Limited Authorization for Use of Electronic Files" form. If you submitted this form previously, then your form is on file so you will not need to resubmit it. A copy of this form may be obtained by accessing our web site at: http://www.efdpac.navfac.navy.mil/ebsroot/pactoolbox.htm. Mail or hand deliver this form to Ms. Adele Murakami at 4262 Radford Drive, Honolulu HI 96818-3296 or a facsimile may be sent to (808) 474-7316. DAPS WILL BE GIVEN AUTHORIZATION TO RELEASE THE AUTOCAD FILES ONLY AFTER A PROPERLY COMPLETED FORM IS SUBMITTED. You may mail your letter for this RFP and the AutoCAD files to: Defense Automated Printing Service (DAPS), Attn: Solicitation Printing, 1025 Quincy Ave., Suite 200, Pearl Harbor, Hawaii 96860-4512. If mailing via air express service, the shipping address is Defense Automated Printing Service, Pearl Harbor Naval Base, Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to "SUPERINTENDENT OF DOCUMENTS." The letter must also state your company name, address, telephone number, facsimile no., RFP number, and project title, and whether you will pick it up at the ROICC office, 4262 Radford Drive, Honolulu HI 96818-3296. Please indicate whether a prime, subcontractor, or supplier. On the front of the envelope, type the RFP number. DAPS will accept VISA, Mastercard, or Discover Card. Be sure to include the cardholder's name, account number and expiration date in your letter. If using credit card, you may fax your letter to (808) 473-2604. Allow at least ten days for mailing of RFP. Companies wanting their order sent via air express service must furnish their express service's airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information and check, as indicated, may delay the processing of your order and is at no fault of the Government. The planholders list will be available at http://206.37.146.34/PACDIV/pacdiv.htm on or after the date the RFP is issued. NOTICE ABOUT SOLICITATION ISSUANCE: Any request for the RFP 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 recipient will receive the RFP prior to the proposal closing date. Posted 09/22/99 (W-SN383377). (0265)

Loren Data Corp. http://www.ld.com (SYN# 0093 19990924\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page