|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590Southwest Division, Naval Facilities Engineering Command, Northbay Area
Focus Team, 1220 Pacific Highway, San Diego, California 92132-5190 Z -- MAINTENANCE, REPAIR OR ALTERATION OF REAL PROPERTY SOL
N68711-99-R-6056 DUE 060500 POC, Donald R. Wiles, 619-532-3709 WEB:
Donald R. Wiles, http://esol.navfac.navy.mil. E-MAIL: Donald R. Wiles,
wilesdr@efdsw.navfac.navy.mil. DESCRIPTION: MODIFICATION 0001. THE
PURPOSE OF THIS MODIFICITON IS TO REVISE THE ORIGINAL SYNOPSIS ISSUED
ON 13 APRIL 2000, SUBMISSION NUMBER 444620, AS FOLLOWS: 1. CHANGE THE
TENTATIVE ISSUE DATE OF THE SOLICITATION FROM 28 APRIL 2000 TO 05 MAY
2000. 2. CHANGE THE TENTATIVE OPENING/RECEIPT DATE FROM 30 MAY 2000 TO
05 JUNE 2000. 3. THE SITE VISIT AND PRE-PROPOSAL CONFERENCE DATE AND
TIMES WILL NO LONGER BE 10 MAY 2000 AT 1300 AND 1500, RESPECTIVELY. NEW
SITE VISIT AND PRE-PROPOSAL CONFERENCE DATE AND TIMES HAVE NOT BEEN
SET, BUT THEY WILL BE HELD APPROXIMATELY ONE WEEK LATER THAN THE DATE
AND TIMES PROVIDED IN THE ORIGINAL SYNOPSIS. (PLEASE BE SURE TO VERIFY
ALL DATES AND TIMES WHEN THE SOLICITATION IS ISSUED. THE SOLICITATION
IS THE GOVERNING DOCUMENT.) *** END OF MODIFICATION 0001 TO SYNOPSIS.
*** N68711-99-R-6056; REPAIRS/ALTERATIONS TO BEQ'S 532-537, MCAS
MIRAMAR, SAN DIEGO, CALIFORNIA. DESCRIPTION OF WORK -- The work
includes the renovation of six Bachelor Enlisted Quarters at MCAS
Miramar, including site landscaping and utilities. Each BEQ building is
approximately 20,000 SF. The renovation of the buildings will include
demolition, hazardous materials abatement, installation of walls, floor
and ceiling finishes, painting, roofing, plumbing piping and fixtures,
seismic upgrade, repair/upgrade mechanical and electrical systems,
HVAC installation, window replacement, and stair and balcony repairs.
The site utilities work includes repairs to the boiler plant,
repairs/upgrade to the transformer substation, installation of a
chiller plant, mechanical, electrical and sewer line
repairs/replacement. The contract will consist of four phases of work.
The first phase of work will include the site utilities work, the
following three phases will include the renovation of two Bachelor
Enlisted Quarter buildings per phase. The work also includes the
following option items for Phase I: Contaminated soil removal and
disposal; Replace sewer laterals and clean outs; Additional utilities
excavation; Exterior fiber optics, including testing and termination.
The work includes the following option items for Phase II, III and IV
(the option items apply to each building within each phase of work):
Contaminated soil removal; Apply elastomeric paint on building
exterior; Apply weather sealant at concrete balconies; Install
countertops; Apply spray-on acoustic ceiling. The work shall be located
at the activity (MCAS Miramar, San Diego, California). The exact
location will be indicated by the Contracting Officer. The contract is
to be awarded to the responsible offeror who submits the proposal
considered most advantageous to the Government considering FACTOR 1 --
Past Performance (Subfactor 1.1 -- Contractor Past Performance,
Subfactor 1.2 -- Subcontracting Effort Past Performance); FACTOR 2 --
Technical/Management, (Subfactor 2.1 -- Experience, Subfactor 2.2 --
Key Personnel, Subfactor 2.3 -- Schedule, Subfactor 2.4 -- Capacity to
Accomplish the Work, Subfactor 2.5 -- Subcontracting Effort) and
FACTOR 3 -- Price. When the proposal is evaluated as a whole, Factors
1 and 2 (Past Performance and Technical/Management) combined are
approximately equal to Factor 3 (Price). The importance of price will
increase if offerors in the competitive range are considered
essentially equal in terms of technical capability, or if a price is so
significantly high as to diminish the value of technical superiority to
the Government. Site Visit will be scheduled for Wednesday, 10 May 2000
from 1:00 p.m. to 3:00 p.m. at the ROICC Office, Building 2257 Marine
Corps Air Station, Miramar. Immediately following the Site Visit, a
Pre-Proposal Conference will be held from 3:00 p.m. to 4:00 p.m. at the
same location. Proposers who wish to inspect the work on site and
attend the Pre-Proposal Conference may do so by contacting Bill Fallaw
at (858) 577-4591. Key subcontractors are encouraged to attend. Only
one Site Visit will be offered. For additional information, please
contact Don Wiles at (619) 532-3709, or fax your inquiries to (619)
532-2469, attention Don Wiles (Code 5N02.DW). -This is not a public bid
opening. -The estimated cost is more than $10,000,000. -Firm Fixed
Price Contract is anticipated. -Contract duration is approximately 900
calendar days. -Proposals will be considered from all responsible
sources. -This project is unrestricted. -The Standard Industrial code
is 1522 and the annual size is $17 million. It is recommended that the
small business subcontracting goal for this solicitation is 30% small
business, with subsets of 5% small disadvantaged business, 5% woman
owned small business, and 1.5% HUB Zone. These percentages represent
percentages of the total contract value. In accordance with FAR
5.102(a)(7), availability of the solicitation will be limited to the
electronic medium; the solicitation will be available for download free
of charge via the Internet World Wide Web at
http://esol.navfac.navy.mil/ -- Hard copies (paper sets) or CD-ROM of
solicitation will not be provided by the Government.-The official plan
holders list will be maintained and can be printed from the
website.-All prospective offerors and plan rooms are encouraged to
register as plan holders on the website.-Plan holders lists will not be
faxed and will only be available from the website.-Registering offerers
and plan rooms must provide a complete name, complete mailing address,
area code and phone number, Offerer type (prime contractor,
subcontractor, supplier or plan room), email address and size (large
business, small business, small disadvantaged business, woman owned
small business or other).-Notification of any changes (amendments) to
the solicitation will be made on the Internet.-It will be the
contractor's responsibility to check the website for any posted
changes.-Tentative issue date is on or about 28 April 2000 with an
opening/receipt date approximately 30 May 2000.*** Posted 04/27/00
(D-SN449464). (0118) Loren Data Corp. http://www.ld.com (SYN# 0134 20000501\Z-0007.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|