Loren Data Corp.

'

 
 

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

Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570

Z -- CRESCENT HARBOR HOUSING REPAIR/REVITALIZATION, NAS WHIDBEY ISLAND, WA SOL N44255-00-R-2540 DUE 071600 POC Pam Grady, Contract Specialist, (360) 396-0250 NOTE: THE FOLLOWING IS RESTRICTED TO ELEGIBLE 8(a) FIRMS, MEETING THE BONDING REQUIREMENTS, AND LOCATED WITHIN SBA REGIONS VIII, IX, AND X. A firm-fixed price design-build contract will be awarded using competitive negotiation procedures. This project includes all labor, materials, and equipment required to complete whole site repairs/revitalization for Crescent Harbor Housing Area, Naval Air Station, Whidbey Island, Oak Harbor, Washington. The work includes renovation of 129 housing units, including site improvements, landscaping, interior modifications, exterior building upgrades, converting carports to garages, converting electric to gas heat, carpentry, doors and windows, garage doors, floor coverings, painting, mini-blinds, cabinets, plumbing, electrical and mechanical systems, and incidental related work. The Base Bid is for renovation of 129 housing units. The Option Items include: renovation of an additional 15 housing units, exterior finish improvements, garage improvements, landscaping, site improvements, and energy improvements. Option items may be unilaterally awarded at the discretion of the Government. The Standard Industrial Classification Code is 1521. The related small business size standard is $17 Million. The estimated cost of this project is between $5,000,000.00 and $10,000,000.00. Competition for this procurement is limited to eligible 8(a) firms located in Regions VIII, IX, and X (Colorado, California, and Washington Regions), and 8(a) participants in good standing, serviced by a SBA office outside of these states, but having a Bona fide branch office in these states". A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. Joint Venture Agreements are allowable on competitive 8(a) set-asides and must bereceived by SBA prior to proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Opportunity Specialist (BOS) as soon as possible. The SBA has assigned the number 7700-00-003981 for tracking purposes of this requirement. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. This Request for Proposal is a competitive negotiation and proposals will be evaluated to determine which offer provides the best value to the Government. In accordance with FAR 5.102(a)(7), this solicitation will be limited to distribution on electronic medium; plans and specifications will be available for download free of charge via the Internet World Wide Web at: http://www.esol.navfac.navy.mil. Hard copies (paper) or CD-ROM will not be provided by the Government. The official plan holder's list will be maintained on the web-site and will be not be mailed or faxed. All prospective offerors, subcontractors, suppliers, and plan centers are encouraged to register as plan holders. Note: This planholder's list may not include those planholder's obtaining the solicitation from other media distributors. Registering firms and plan centers must provide a complete company name, complete mailing address, area code and phone number, offeror type (Prime, Subcontractor, Supplier or Plan Room), company email address, and business size (Small Business, Small Disadvantaged Business, Woman Owned Small Business, or Large Business). Notification of any amendments and/or changes to the solicitation will be made only on the Internet at http://www.esol.navfac.navy.mil. THEREFORE IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB-SITE PERIODICALLY FOR ANY AMENDMENTS OR NOTICES TO THIS SOLICITATION. All qualified responsible sources may submit an offer that shall be considered by the agency. Locations and points of contact for site visits are identified in the solicitation. See the solicitation for proper address for delivery of proposals. For inquiries contact Pam Grady at (360) 396-0250. Plans and Specifications will be available on the web-site on or about 16 June 2000. Posted 05/26/00 (W-SN459192). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0106 20000531\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page