Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1999 PSA#2481

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

Y -- EMERGENCY SERVICES CENTER, FORT JACKSON, SOUTH CAROLINA SOL DACA21-00-R-0002 POC Mr. Efrain Rosario, (912)652-6120 (Technical Questions); Mr. Dee Otis Henderson (912)652-5289 (Contractual Questions) WEB: Corps of Engineers, Savannah District, Contracting, http://sas.usace.army.mil. E-MAIL: Dee O. Henderson, dee.o.henderson@sas02.usace.army.mil. Construction of an Emergency Services Center to house a modified standard-design, five stall, two vehicle deep, drive through, two Company Headquarters Fire Station with Provost Marshall Division and Emergency Medical Services (EMS). The facilities have an authorized scope of 3,039 square meters. OFFERORS ARE REQUIRED TO SUBMIT BOTH COST AND PROPOSAL INFORMATION AS STAGED IN THE SOLICITATION. THE FOLLOWING EVALUATION CRITERIA WILL BE USED FOR SELECTION. Factor 1: CONSTRUCTION TEAM PAST PERFORMANCE. Offerors shall be rated on contracts performed in the last five years specifically involving General construction. Fire Stations, Dormitory, High security projects and Office space buildings shall receive priority evaluations over other projects. The sub-factors listed below are of equal importance. SUB-FACTOR A: TIMELINESS OF PERFORMANCE. Offerors shall be rated on their success in completing past General construction on schedule. Fire Stations, Dormitory, High Security projects and Office space building contracts shall receive priority evaluation over other General construction projects. SUB-FACTOR B: QUALITY OF PERFORMANCE. Offers shall be rated on their success in complying with requirements of past contracts and standards of workmanship exhibited in past contracts. FACTOR 2: EFFECTIVENESS OF MANAGEMENT: Offerors shall be rated on their understanding and capability of successfully completing projects involving Fire Stations, Dormitory, High Security projects and Office Space buildings. The following management sub-factors listed below will be used to rate the offers. The sub-factors are of equal importance. Sub-Factor A: MANAGEMENT STRUCTURE. Offerors shall be rated on the performance of specific members, Quality Control Chief, Superintendent, and Project Manager, in completing General Construction projects. Sub-Factor B. INTERNAL CONTROLS. Offerors shall be rated on the quality of their discussion regarding internal controls and processes for management of personnel, subcontractors, budgets, schedule and scope changes. THE ACQUISITION STRATEGY IS A LOWEST COST TECHNICALLY ACCEPTABLE REQUEST FOR PROPOSAL. PROPOSALS WILL BE RECEIVED AND EVALUATED ON A GO/NO GO BASIS. Estimated cost range of project is from $5,000,000.00 to $10,000,000.00. Network Analysis System will be required. THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS PURSUANT TO THE "BUSINESS OPPORTUNITY DEVELOPMENT REFORM ACT OF 1988" (Public Law 100-656). NOTE: ALL REQUESTS FOR SOLICITATION PACKAGES MUST BE MADE IN WRITING NO LATER THAN 6 Dec 1999. REQUESTS MAY BE FAXED TO 912-652-5828. DOCUMENTS WILL BE ISSUED ON A FIRST COME FIRST SERVED BASIS UNTIL SUPPLY IS EXHAUSTED. IT HAS BEEN DETERMINED THAT THE NUMBER OF SETS BE LIMITED TO ONE (1) PER FIRM. (ADDITIONAL COPIES WILL BE THE RESPONSIBILITY OF THE REQUESTOR.) STATE AREA CODE, TELEPHONE NUMBER, STREET ADDRESS AND NINE-DIGIT ZIP CODE MUST BE ON REQUESTS. PLANS AND SPECIFICATIONS ARE AVAILABLE MONDAY THROUGH FRIDAY, 8:30 A.M. TO 5:00 P.M., 100 WEST OGLETHORPE AVENUE, SAVANNAH, GEORGIA 31401-3640. Posted 11/19/99 (W-SN402235). (0323)

Loren Data Corp. http://www.ld.com (SYN# 0105 19991123\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page