Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1999 PSA#2504

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

Y -- MULTI-AWARD CONTRACT, NAVAL SUPPORT ACTIVITY MIDSOUTH, MILLINGTON, TN SOL N62467-00-R-0268 DUE 021500 POC Contract Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L. R. Fisk, Code 0211. This procurement is for one solicitation resulting in the award of four Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the four offerors submitting proposals considered in the best interest of the Government using the Best Value continuum process and tradeoff process in a negotiated acquisition. One of the contracts will be set aside and competed amongst 8(a) firms in SBA Region 4 (Tennessee, Alabama, Florida, North Carolina, Georgia, Mississippi, Kentucky, and South Carolina), and the three remaining contracts will be competed on an unrestricted basis. The scope of work for this contract work will primarily be new construction, roofing, demolition, routine renovation and repair of facilities and infrastructure including: 1) barracks and personnel housing facilities, 2) administrative facilities, 3) warehouses and supply facilities, 4) medical and dental facilities; 5) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs); 6) the civil, sanitary, stormwater, mechanical and electrical systems for the Area of Responsibility(AOR) of SOUTHDIV Field Office NSA Midsouth, Millington, TN. The total estimate value of the four contracts is $30,000,000. Proposals will be evaluated using source selection procedures that will result in an award of four firm-fixed price contract to the responsible proposers whose proposals, conforming to the solicitation, are the "Best Value" to the Government, price and technical factors considered. Proposals will be evaluated on: FACTOR A Past Performance; FACTOR B Small Business Subcontracting Effort, applies to small and large business, FACTOR C -- Technical Qualifications, and Factor D Management Approach, and Price Proposal for one seed project. The seed project consists of repairs and alterations to Building 450 by modifying the first floor bedrooms and lounge areas to suites; and repairing the second and third floor rooms. In general the work includes the removal of lead and asbestos containing material, interior architectural renovations, new painting, carpeting, bathrooms, mechanical, plumbing, communications, and electrical systems improvements. This work is located at Naval Support Activity Mid-South, Millington, Tennessee. 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. The Request for Proposals will be issued on or about 31 January 2000. Proposals will be due around 15 February 2000. The exact date will be stipulated in the RFP. The Government intends to issue the solicitation through the use of the Internet. Offerors must register themselves on the Internet at http://www.esol.navfac.navy.mil. The entire solicitation, including the plans and specs, will be posted on the Internet for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the plans and specifications may be purchased from the Defense Automated Printing Service. The official plan holders list will be maintained and can be printed 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. The estimated time for completion is 330 days. If problems arise concerning receipt of the CD ROM, contact Paula Brooks at (843) 743-4040. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to (843) 820-5853, Attn: Janet Lietha, Code 0211JL. Results of proposals will not be available. The SIC Code is 1542: General Contractors Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The Size Standard is $17,000,000.00. Posted 12/23/99 (W-SN411237). (0357)

Loren Data Corp. http://www.ld.com (SYN# 0055 19991228\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page