Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 31,2000 PSA#2611

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

Y -- SOF BATTALION OPERATIONS COMPLEX -- FORT BRAGG, NORTH CAROLINA SOL DACA21-00-R-0025 POC Mr. Glynn Richards (Technical Questions) 912-652-5659; Ms. Lynne Roahrig (Contractual Questions) 912-652-5293 WEB: Corps of Engineers, Savannah District, Contracting, http://ebs.sas.usace.army.mil. E-MAIL: Lynne Roahrig, lynne.roahrig@sas02.usace.army.mil. Description of Work: Construct three separate two-story facilities and their supporting parking lots, landscaping, and utilities. The battalion HQ facility (75,399 SF) consists of masonry veneer with metal stud backup and a steel roof deck supported by open web steel joists spanning between steel beams supported by steel columns. The company HQ facilities (13,229 and 19,715 SF) consists of masonry veneer with CMU backup, a steel roof deck supported by open web steel joists and bearing on steel beams and masonry bearing walls. Roofing on all buildings will consist of composite shingles on vented nailable composite insulation. The HVAC system consists of multiple AHU's and fan coil units served by multiple air-cooled chillers and gas-fired boilers. Direct digital controls will be provided for all HVAC equipment. Electrical systems include new pad mounted transformers, fluorescent lighting, fire alarm and detection system and lightning protection system. Network Analysis System will be required. Estimatedcost range of project is from $10,000,000 to $25,000,000. THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS PURSUANT TO THE "BUSINESS OPPORTUNITY DEVELOPMENT REFORM ACT OF 1988" (PUBLIC LAW 100-656). Offerors are required to submit both cost and technical proposal information as stated in the solicitation. This will be a firm fixed price with award fee contract. The section process will be based on a "low price, technically acceptable" basis. The following evaluation criteria will be used for selection: Factor 1. Construction team past performance. Offerors shall be rated on contracts performed in the last five years involving construction of similar facilities. The sub-factors are: Sub-Factor A. Timeliness of performance. Offerors shall be rated on the relevancy of their experience and success in completing projects on schedule. To be relevant, offerors must have at least two construction projects valued at $8,000,000 or more. Sub-Factor B. Quality of Performance. Offerors shall be rated on their successin complying with requirements of past contracts and standards of workmanship exhibited in past contracts. Factor 2. Effectiveness of Management: Offerors shall be rated on their understanding and capability of successfully completing projects involving construction of similar facilities. The following management sub-factors will be used to rate the offers: Sub-factor A. Management Structure. Offerors shall submit a narrative showing their provision of a well defined management structure from start to construction completion. Show organizational charts, levels of personnel authority, individuals specifically involved with the work (including credentials), and describe structure functionality. Sub-Factor B. Internal Controls. Offerors shall submit a narrative showing internal controls and processes for management of personnel, subcontractors, budgets, schedule, and scope changes. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. THIS SOLICITATION WILL BE ISSUED IN ELECTRONIC FORMAT ONLY AND WILL ALSO BE AVAILABLE ON OR ABOUT 06/09/00 ON THE INTERNET AT: http://ebs.sas.usace.army.mil. Amendments to this solicitation will be posted on the internet at the above address unless the total amended compressed files are greater than 5 MBYTES, in which case a new CD ROM disk will be issued. For amendments that are only posted on the internet, SF 30, Amendment of Solicitation/Modification of Contract, and a list of revised specifications and drawings will be mailed to each bidder. NOTE: All requests for solicitation packages must be made in writing no later than June 9, 2000. Requests may be faxed to 912-652-5828. Documents will be issued on a first come first served basis until supply is exhausted. It has been determined that the number of sets be limited to one (1) per firm. Additional copies will be the responsibility of the requestor. SOLICITATION REQUESTS MUST INCLUDE STREET ADDRESS WITH NINE-DIGIT ZIP CODE, TELEPHONE AND FAX NUMBERS, BUSINESS SIZE (Large, Small, Small Disadvantaged, Small woman-owned), BUSINESSTYPE (General contractor, subcontractor, supplier, plans room, etc.), and e-mail address. Plans and specifications are available Monday through Friday, 8:00 A.M. to 5:00 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31402-0889. Posted 05/26/00 (W-SN459068). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0104 20000531\Y-0019.SOL)


Y - Construction of Structures and Facilities Index Page