Loren Data Corp.

'

 
 

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

Regional Officer in Charge of Contract, Pearl Harbor, NAVFACENGCOM (R110), 4262 Radford Drive, Honolulu, HI 96818-3296

Y -- FY00 MCON PROJECT H-387, DESIGN AND BUILD OF FAMILY HOUSING UNITS, PHASE IV (132 UNITS) AND FY01 MCON PROJECT H-392, PHASE V (62 UNITS) AT PEARL CITY PENINSULA, OAHU, HAWAII SOL N62742-99-R-1325 DUE 060100 POC Ms. Sharon Uesugi, Contract Specialist, Ms. Sarah Goodwin-Bain, Telephone No. (808) 474-5510, Facsimile No. (808) 474-7316 It is the intent of the Government to design and build a total of 132 multi-family housing units at Pearl City Peninsula housing area, Oahu, Hawaii. The dwelling units consists of wood or metal frame, or masonry with stucco or vinyl siding, covered parking, covered patios, privacy fencing, exterior storage and recreational facilities. Fire sprinkler systems are also included. Existing buildings shall be demolished and includes removal of asbestos. This project is part of a phased plan to replace existing deteriorated homes and will include an option (Phase V) to the contract consisting of 62 dwelling units. This is a firm fixed-price procurement and will use the two-phase design/build selection procedures. There will be two separate specifications issued sequentially. The phase-one evaluation factors will be: (1) Factor A -- Designer's "Qualification and Experience, (2) Factor B -- Contractor's Qualification and Experience, (3) Factor C -- Design/Build Management Plan, and (4) Factor D — Small Business Subcontracting. Phase-one proposals will be evaluated and a selection made of the most qualified firms (not to exceed five). The most qualified firms will proceed to phase-two of the process, will be issued the phase-two specifications and drawings, and will be given an opportunity to submit technical and price proposals. The phase-two evaluation factors will be: (1) Factor A -- Building Design, (2) Factor B -- Proposer's Quality of Past Performance (proposal submitted for phase-one will be considered and no additional data will be required), (3) Factor C -- Site Design and Engineering, (4) Factor D -- Building Engineering, Material, Quality and Maintenance, (5) Factor E -- Small Business Subcontracting, and Factor F -- Management Plans. Source selection procedures will be used and award shall be made to the offeror whose proposal is the most advantageous and offers the best value to the Government; cost or price and other factors considered. The budget ceiling is $26,400,000 (Phase IV) and $12,500,000 (Phase V). The SIC code is 1522 with an annual size standard of $17,000,000. THIS PROCUREMENT IS UNRESTRICTED. AMENDMENTS AND NOTICES WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil FOR DOWNLOADING. THIS WILL NORMALLY BE THE ONLY METHOD OF DISTRIBUTING AMENDMENTS AND NOTICES. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS AND NOTICES TO THIS SOLICITATION. The Request for Proposal (RFP) for phase-0ne will be made available on or about 2 May 2000 on CD-ROM only and will be mailed to requesters. Your letter requesting this RFP shall be mailed to: Document Automation and Production Service, ATTN: Solicitation Printing, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. There is a non-refundable charge of $53.75. Checks shall be made payable to the "SUPERINTENDENT OF DOCUMENTS". If using a VISA, MASTERCARD, or DISCOVER CARD, you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number and expiration date in your letter. The letter must also state your company name, address, telephone number, facsimile number, RFP no. and project title, and whether the RFP will be picked up at ROICC Office, 4262 Radford Drive, Honolulu, HI 96818-3296. Please indicate whether prime, subcontractor, or supplier. On the front of the envelope, type RFP No. If using credit card, you may fax your letter to (808) 473-2604. Allow at least ten days for mailing of RFP. Companies wanting the RFP to be sent via air express service must furnish their express service's airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information and payment, as indicated, may delay the processing of the RFP and is at no fault of the Government. Planholder's list will be available at http://www.hawaii.wnbt.daps.mil after the solicitation is advertised. This planholder's list may not include those planholder's obtaining the solicitation from other media distributors. Any request for solicitation received within 10 working days prior to the closing date will be processed in accordance with the above procedures. However, there is no guarantee that the recipient will receive the solicitation prior to the closing date. Posted 04/13/00 (W-SN444738). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0121 20000417\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page