Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1999 PSA#2457

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Y -- BACHELOR ENLISTED QUARTERS (BEQ)(TWO-PHASE DESIGN/BUILD), NAS-JRB FT. WORTH, TX SOL N62467-00-R-0255 DUE 113099 POC Contract Specialist: Barbara Green, Code 0211BG. Contracting Officer: L. R. Fisk, Code 0211. CORRECTION: THE CORRECT SOL# FOR THIS PROJECT IS N62467-00-R-0255 vs. N62467-99-R-1047. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The project includes the design and construction of building(s) for 96 person BEQ for permanent party E1-E4 to the standard 1+1 standard comprised of 48 modules each containing two 11 sq. m sleeping rooms sharing a common area of bathroom and kitchenette. Building contains building manager's office, housekeeping, laundry, lounges and vending areas. Building also may contain CMU/steel framing with stucco/masonry exterior finish, metal seam roof; double glazed insulated aluminum framed windows; carpeting in sleeping rooms and lounges, vinyl floors in kitchenettes, quarry tile in laundry room, vinyl composite tile in storage areas, bedroom entries and ceramic tile in bathrooms, vinyl covered walls in sleeping rooms and lounges, ceramic tile walls in baths and painted walls in laundry and storage areas; HVAC includingcontinuous exhaust and conditioned makeup air; complete electrical system including electrical equipment wiring and lighting, fire protection system comprised of sprinklers and fire alarms cable TV modem and telephone hook-ups in all sleeping rooms and lounges. Site demolition of three existing buildings, parking, site improvements and utilities will be required. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be "BEST VALUE" to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A Past Performance: (1)Design and (2)Construction; FACTOR B Technical Approach, and FACTOR C -- Small Business Subcontracting Effort, applies to small and large business. The highest rated offerors, typically 3 to 5 (not to exceed five), will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on: FACTOR A Technical Solutions; FACTOR B Personal Qualifications; FACTOR C Building Envelope; and FACTOR D Small Business Subcontracting Effort (applies to small and large business); and Price Proposal. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting 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 THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FORSPECIFICATIONS OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 07 October 1999. PHASE II WILL BE ISSUED AT A LATER DATE. THERE WILL BE A NON-REFUNDABLE CHARGE FOR PHASE II PLANS AND SPECIFICATIONS. The entire solicitation, including plans and specifications, is available for viewing and downloading at http://www.efdsouth.navfac.navy.mil/eb/. Prospective Offerors MUST register themselves on the web site. The official plan holders list will be maintained and can be printed from the web from the web site. Amendments 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. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/820-5853, Attn: Barbara Green, Code 0211BG. The estimated range is between $5,000,000 and $10,000,000. The estimated days for completion is 365 calendar days. The SIC Code for this project is 1522: General Contractors Residential Buildings, Other Than Single-Family Housing. The Standard Size is $17,000,000.00. Posted 10/15/99 (W-SN392133). (0288)

Loren Data Corp. http://www.ld.com (SYN# 0107 19991019\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page