|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- 100 JUNIOR ENLISTED MEN (JEM) FAMILY HOUSING UNITS (TWO-PHASE,
DESIGN/BUILD), NAVAL STATION, MAYPORT, FL SOL N62467-96-R-1093 DUE
011900 POC Contract Specialist: Barbara Green, Code 0211BG. Contracting
Officer: L. R. Fisk, Code 0211. THIS PRE-SOLICITATION IS BEING
ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN
COMPETITION. The project consists of the design and construction of 100
two bedroom units of approximately 88 SM each, for junior enlisted
families and includes developing of the approximately 20 acre site,
utilities and recreational facilities. The housing units are to be any
combination of 2, 4, or 6 multi-family housing units. The net area of
each unit will be approximately 88 SM. The units may be wood or metal
frame or masonry stucco or vinyl siding, sloped roof with a minimum
pitch of 4: 12, and will include HVAC systems, covered parking, covered
patios, privacy fencing, exterior storage, sprinkler system, and
household appliances. Each unit will include a 30 inch electric stove
with a self cleaning oven, 18 cubic foot refrigerator with ice maker,
dishwasher, garbage disposal (3/4 hp minimum), washer/dryer hookup,
water heater (50 gal. Minimum capacity), and smoke detectors (hard
wired with battery back-up). A fire sprinkler system will be included
in each unit. The project also includes development of the project
site. The site is approximately 20 acres. All roads and utilities must
be provided. There is a nature trail on the site. The contractor will
disturb the trail as little as possible while developing the site. All
work will be designed in accordance with NAVFACINST 11101.85H and
applicable military handbooks. Permits will be the design-builder's
responsibility unless otherwise stated below. Work includes design and
construction of the following: The Specialized Work Elements, include
but not limited to: (1)Design and construction of multi-family
residential housing units for military families and their dependents
use. The buildings will contain from 2 to 6 units, (2)Design of fire
protection systems with sprinklers, smoke alarm and detectors,
(3)Design and installation of Residential HVAC systems, and (4)Design
development and construction of complete residential neighborhoods
including roads, utilitieslandscaping and recreational facilities. 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 Small Business Subcontracting Effort,
applies to small and large business; FACTOR C -- Technical Approach,
and FACTOR D -- Management Approach. 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 Past Performance (Phase I
submittal will be utilized; FACTOR B Small Business Subcontracting
Effort (applies to small and large business); FACTOR C Technical
Qualifications; and FACTOR D Technical Solution. Price Proposals will
be evaluated.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 FOR SPECIFICATIONS OR
DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue
Phase I on the WEB only. Phase I will be issued on or about 20 December
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 $8,500,000 and $9,100,000. The estimated
days for completion is 359 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
12/02/99 (W-SN405132). (0336) Loren Data Corp. http://www.ld.com (SYN# 0119 19991206\Y-0009.SOL)
Y - Construction of Structures and Facilities Index Page
|
|