Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006

Y -- FY2000 MILCON PROJECT WAR READINESS MATERIALS (WRM) WAREHOUSE/ENGINEERING SUPPORT FACILITY XDAT-00-8934 SOL N62474-97-R-1610 DUE 060100 POC Mark S. Pfeiffer, Contracting Officer (Code 0212msp) WEB: Click here to download a copy of the RFP., http://esol.navfac.navy.mil. E-MAIL: Click here to send your questions concerning this, pfeifferms@efawest.navfac.navy.mil. SOLICITATION NOTICE: This solicitation will be available to prospective proposers, subcontractors, and/or suppliers on or about 1 May 2000, via the Internet and CD-ROM disc. Plans and Specifications will NOT be provided by the Government in hard copy paper format. Due to size limitations of our website, the size of this solicitation may prevent us from providing it, in its entirety, as a downloadable file(s). Prospective offerors may obtain the complete solicitation (i.e., plans, specifications, standards, drawings, data item descriptions, and other pertinent documents) in CD-ROM media format. The CD-ROM version must be requested by submission of a written request, transmitted by facsimile to (650) 244-3349, to the Defense Automated Printing Service, San Bruno Center, 900 Commodore Drive, Building 203, San Bruno, CA 94066-5006. All requests for the CD-ROM media version must include: (1) the complete solicitation number and project title (see SOL: and SUBJECT: above); and, (2) the name, address, and telephone number of the firm or company for which the request is being submitted. Only one copy of the solicitation will be provided to a requesting firm or company. There is no charge for the CD-ROM media version. This is a Design-Build procurement. All work will be located at Travis Air Force Base (AFB), adjacent to the city of Fairfield, CA (Solano County). This solicitation includes two elements of work, as follows: (1) the completion of a 35% (approximate) design package and construction of a new War Readiness Materials (WRM) Warehouse and Engineering Support Facility (ESF), including site improvements; and (2) on an option basis, demolition of five existing structures, ranging in size from 160 SF to 21,600 SF, and the demolition and capping of utility lines and provisioning of as-builts for all utility terminations; the paving of, and construction of a canopy over, a marshalling yard; and, appropriate site improvements of disturbed areas. The successful offeror must also provide independent asbestos and lead-based paint surveys by properly licensed surveyors and laboratory, the cost of which is to be included in the proposed price for the demolition options. The WRM/ESF must conform to the Travis Air Force Base, Station Master Plan and the Base Exterior Architecture Plan. The proposed site for the WRM/ESF is located on the extreme North/West portion of Travis AFB, west of Bodin Circle. The Design-Build solution will provide a design compatible with the surrounding buildings, including the Whole Blood Processing Laboratory, the David Grant Medical Facility, and the Patient Movement Items Warehouse. The successful design solution will include: compatibility with the exterior of adjacent facilities; standing seam metal roof, stucco exterior, stepped parapets, horizontal wall joints, clearstory natural lighting, consistent fenestration and landscaping. A site walk is tentatively scheduled for 17 May 2000. A firm date will be established in the formal solicitation; all prospective proposers will be encouraged to attend the site walk. The estimated price range for this solicitation is between $5,000,000 and $10,000,000. This procurement is UNRESTRICTED, however, to aid prospective offerors in development of proposal support for evaluation factor (3), below, the following information is provided: The applicable Standard Industry Classification (SIC) code is 1541 General Contractors -- Industrial Buildings and Warehouses; the small business size standard for SIC code 1541 is $17,000,000. The resulting contract will be awarded on the basis of "best value", under the provisions of Federal Acquisition Regulations (FAR) Subsection 15.101 "Best value continuum." Technical evaluation factors combined will be given approximately equal (more or less) weight with price. The three technical evaluation factors are: (1) PAST PERFORMANCE; (2) CORPORATE AND KEY PERSONNEL EXPERIENCE; (3) COMMITMENT TO SMALL AND DISADVANTAGED BUSINESS UTILIZATION. The apparent successful proposer, if such proposer is a large business, will be requiredto submit and have approved, a formal subcontracting plan, prepared in accordance with the provisions of FAR clause 52.219-9 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (AUG 1996), Alternate I (AUG 1996), prior to contract award. All proposers, regardless of size or socioeconomic status, will be required to incorporate into their proposals, the information associated with evaluation factor (3), above. The internet address for accessing this solicitation is http://esol.navfac.navy.mil. Downloading the solicitation from the internet is free of charge. However, these documents will take a considerable amount of time to download unless a high speed internet connection is used. All prospective offerors must register as "plan holders" for this project, on the Naval Facilities Engineering Command (NAVFAC) E~Solicitation (ESOL) web. Each registrant must include their company name, address, and telephone number; indicate whether they are a prospective prime contract proposer, a subcontractor, or a supplier of supplies or services to prime/subcontractors; and, all registrants must indicate whether they are either a large, small, small disadvantaged and/or a woman-owned business. Plan Centers are also required to register on the NAVFAC ESOL web. The official Plan Holders List will be maintained on, and can be downloaded from, the ESOL web. Notification of changes and amendments to the solicitation will be posted on the ESOL web, only. It shall be the sole responsibility of registered plan holders to check the ESOL, on a daily basis, for any posted changes or amendments to this solicitation. See the solicitation for proper address for mailing or courier delivery of proposals. All inquiries relating to this solicitation are to be submitted, in writing, and transmitted by facsimile to (650) 244-2341, ATTN: Mark S. Pfeiffer, Contracting Officer; or, by e-mail to: pfeifferms@efawest.navfac.navy.mil . All responsive proposals, submitted by responsible proposers, will be considered by this agency. Posted 04/13/00 (W-SN444705). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0119 20000417\Y-0007.SOL)


Y - Construction of Structures and Facilities Index Page