|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518CO ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088-5600 Y -- DESIGN-BUILD (TWO-PHASE) BEQ FOR 'A' SCHOOL (P-643), NTC GREAT
LAKES, IL SOL N68950-00-R-0214 DUE 021400 POC Ms. Lolita L.
Batis-McCoy, Contract Specialist, 847-688-2600 X122 E-MAIL: Contact the
Contract Specialist via e-mail., batisll@efdsouth.navfac.navy.mil.
Reference is made to the PRE-SOLICITATION NOTICE in the CBD NET of
11/19/99. -- Approximate release date for Phase I solicitation document
is on or about 1/24/2000. THIS SOLICITATION IS BEING ISSUED ON AN
UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. -- The project
includes a six-story, concrete and masonry, steel framed building for
660 'A' school students; standing seam metal roof, heating,
ventilation, air conditioning, fire protection, telephone and
undergound conduit and wiring, elevators, electrical and mechanical
utilities, paving, site improvements and demolition. -- Estimated cost
range is $25-28 million. -- Estimated duration is 20 months for
completion. -- The SIC code is 1522/General Contractors-Residential
Buildings, Other than Single-Family; size standard is $17.0 million;
the FSC Code is Y163. -- The solicitation will be formatted as a
Request for Proposal (RFP) in accordance with the requirements
designated by the Federal Acquisition Regulations (FAR) Part 15for
negotiated procurements utilizing Source Slection procedures of FAR
15.6 and FAR 36.3. This solicitation will consist of Two (2) Phases.
PHASE I is pre-qualification and submittals will be evaluated to
determined which offerors may submit proposals for PHASE II. Up to five
(5) firms will be pre-qualified to participate in PHASE II additional
technical qualifications and price. Proposers will be evaluated on the
following factors: FACTOR A-Past Performance and Relevant Experience
which includes Subfactors A1. Design Team Experience & Qualifications,
A2. Construction Team Experience & Qualifications, A3. Design-Build
Experience and A4. Financial Capability; FACTOR B-Technical
Qualifications (Design/Construction & Management Approach) which
includes Subfactors B1. Design Team Experience & Qualifications, B2.
Construction Team Experience & Qualifications and B3. Construction
Quality Control and Safety; and FACTOR C-Small Business Subcontracting
Effort, and applies to small/large businesses. -- The highest rated
offerors, up to five (5), for PHASE I only will advance to PHASE II.
Firms submitting technical and price proposals will not be compensated
for Documents. -- Phase II solicitation documents will be issued on or
about 3/15/2000. -- 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 AN AWARD MAY BE MADE WITHOUT
DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore,
proposals should be submitted initially on the most favorable terms.
The Government will award a contract after PHASE II 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 equally. -- For the pre-qualification
package, there is a non-refundable charge for each package ordered. --
Offers WILL NOT be publicly opened. The number of offers received, the
identity of offers received, the amount of any offer or relative
standing of the offers WILL NOT be disclosed to anyone until time of
contract award. -- Prospective contractors must be registered in the
Central Contractor Registration (CCR) database prior to award of a DOD
contract. Offerors are further advised that failure to register in the
DOD CCR database may render your firm ineligible for award. For more
information, see the CCR website at http://ccr.edi.disa.mil. -- A copy
of this PHASE I solicitation package will be available for PURCHASE
(NON-REFUNDABLE) on or about 1/24/2000 from the Defense Automated
Printing Services (DAPS), Bldg. 2A, 2530 Paul Jones Street, Great
Lakes, IL 60088-5600; point of contact is Ms. Jean Mountz at
847-688-3716 or FAX requests to 847-688-3725; also contact if problems
arise concerning your request or to obtain a planholder's list.
Inquiries about the PHASE I proposal due date or number of amendments,
if issued, please contact Ms. Lolita L. Batis-McCoy at 847-688-2600
X122 or FAX 847-688-2648. Posted 01/14/00 (W-SN416357). (0014) Loren Data Corp. http://www.ld.com (SYN# 0122 20000119\Y-0007.SOL)
Y - Construction of Structures and Facilities Index Page
|
|