|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1999 PSA#2481U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 Y -- EMERGENCY SERVICES CENTER, FORT JACKSON, SC 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://www.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). PAPER COPIES OF THIS SOLICITATION WILL BOT BE AVAILABLE.
THIS SOLICITATION WILL BE ISSUED IN ELECTRONIC FORMAT ONLY AND WILL
ALSO BE AVAILABLE ON OR ABOUT 15 DEC 99 ON THE INTERNET AT:
http://www.sas.usace.army.mil/ebs/. AMENDMENTS TO THIS SOLICITATION
WILL BE POSTED ON THE INTERNET AT THE ABOVE ADDRESS UNLESS THE TOTAL
AMENDED COMPRESSED FILES ARE GREATER THAN 5 MBYTES IN WHICH CASE A NEW
CD ROM DISK WILL BE ISSUED. FOR AMENDMENTS OF
SOLICITATION/MODIFICATION OF CONTRACT, AND A LIST OF REVISED
SPECIFICATIONS AND DRAWINGS WILL BE MAILED TO EACH BIDDER. 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-SN402259). (0323) Loren Data Corp. http://www.ld.com (SYN# 0116 19991123\Y-0015.SOL)
Y - Construction of Structures and Facilities Index Page
|
|