Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1999 PSA#2491

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

Y -- 100JUNIRO 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 SOLICITATION IS HEREBY BEING ISSUED 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, utilities landscaping 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 12/06/99 (W-SN405997). (0340)

Loren Data Corp. http://www.ld.com (SYN# 0088 19991208\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page