Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,2000 PSA#2621

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

Y -- CONSOLIDATED CONSTRUCTION PROJECTS AT U.S. NAVY SUPPORT FACILITY, DIEGO GARCIA, BRITISH INDIAN OCEAN TERRITORIES (BIOT) SOL N62742-98-R-1333 DUE 072800 POC Ms. June Turner, Contract Specialist, phone (808) 474-5401, Mr. Ira Kight, phone (808) 474-7120, facsimile (808) 474-7316 WEB: click here to download a copy (specifications only), http://esol.navfac.navy.mil. The scope of work includes the following projects with award made on Project P-105 and DGO 98-6. The remaining projects are subsequent fiscal year projects and are included as pre-priced options that will be exercised within 180 calendar days after award of the basic contract. Project Title and Description of Work follows: A. FY 2000 MCON P-105, Aircraft Intermediate Maintenance Facility: Construct reinforced concrete structure, including, but not limited to interior utilities, HVAC, data and communications wiring, lighting, electrical work, overhead crane, concrete pavement, site improvements, site utilities, and incidental related work. Demolition work includes removal of asphalt pavement, reinforced concrete slab, metal building, toilet building, and site utilities. B. Special Project RC20-96, Rehab/Modern BOQ 5: Work includes removal work, wood doors, wood windows, base and wall cabinets, vanities, solid polymer shower panels, architectural finishes, building specialties, plumbing, air-conditioningand ventilation, fire protection system, fire alarm system, electrical work, and incidental related work. Exterior work includes water distribution system. Install Government-furnished microwave ovens and under-counter refrigerators. C. Special Project RCM25-96, Rehab/Modern BOQ 11: Work includes removal work, wood doors, wood windows, base and wall cabinets, vanities, solid polymer shower panels, architectural finishes, building specialties, plumbing, air-conditioning and ventilation, fire protection system, fire alarm system, electrical work, and incidental related work. Exterior work includes water distribution system. Install Government-furnished microwave ovens and under-counter refrigerators. D. Special Project RCM4-96, Rehab/Modern BEQ 4: Work includes removal work, built-up roofing, rigid roof insulation, sheet metal work, exterior and interior painting, incidental exterior repair work, doors, aluminum windows, base and wall cabinets, vanities, solid polymer shower panels, architectural finishes, building specialties, plumbing, air-conditioning and ventilation, fire protection system, fire alarm system, electrical work, and incidental related work. Exterior work includes water distribution system. Install Government-furnished microwave ovens. E. DGO 99-1 Project A, Repair Berm of Tanks 31/32: Work includes concrete walls, concrete walkways, and concrete stairs with metal railings, HDPE liner membrane, fuel piping and valves, foam piping, pipe supports, electrical work, and incidental related work. F. DGO 99-4 Project C, Install Stripping Pump: Work includes fuel pump, fuel piping and valves, electrical work, and incidental related work. G. DGO 99-6 Project D, Upgrade Gas Station Facility: Work includes CMU-walled building with concrete floor and concrete roof, air-conditioning, ventilation, plumbing, septic tank, concrete fueling pad and dispenser island, fuel dispensers, piping, leak monitoring system, electrical work, and incidental related work. Demolition work includes removal of existing wooden shedand CMU/concrete foundation and removal of existing fuel dispensers/piping. H. DGO 98-6 Project G, Install JP-5 Transfer Pump: Work includes concrete pads, fuel pump, fuel piping and valves, pipe supports, electrical work, and incidental related work. I. DGO 98-4 Project H, Install F-76 Transfer Pump: Work includes concrete pads, fuel pump, fuel piping and valves pipe supports, electrical work, and incidental related work. J. Special Project RCM1-96, Rehab/Modern BEQ 1: Work includes removal work, built-up roofing, rigid roof insulation, sheet metal work, exterior and interior painting, incidental exterior repair work, doors, aluminum windows, base and wall cabinets, vanities, solid polymer shower panels, architectural finishes, building specialties, plumbing, air conditioning and ventilation, fire protection system, fire alarm system, electrical work, and incidental related work. Work also includes installation of Government-furnished microwave ovens. K. SGERO11300, FY01, Munitions Storage Igloos: Work includes demolition and removal of 4 barricaded modules of concrete pads, and the construction of 4 munitions storage igloos, consisting of reinforced concrete foundations, floor slabs, precast reinforced concrete walls and roof slabs, steel doors and frames, ventilation systems, fire alarm system, lightning protection system, electrical work and incidental related work. Supporting exterior work includes earth cover and concrete topping, reinforced concrete pavement, and underground electrical work, and miscellaneous site work. Estimated cost is between $10,000,000 -- $20,000,000. Performance period is 450 calendar days. THE SIC CODE FOR THIS PROCUREMENT IS 1541 AND THE ANNUAL SIZE STANDARD IS $17.0 MILLION. Competition is restricted to joint ventures exclusively between U.S. and United Kingdom firms. U.S. bonds are required. Information on site visit participants (name of attendee, date and place of birth, social security number, citizenship and passport number) must be submitted by 30 June 2000. Submit via facsimile to (808) 474-7316 or send to ROICC Office (R110), 4262 Radford Drive, Honolulu, HI 96818-3296. There will be a one time site visit approximately three weeks after issuance of the request for proposals. Definitive site visit date and time will be posted on the Internet. Submission of proposals will be on or about 28 July 2000. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Technical evaluation factors are as follows: FACTOR A: CONTRACTOR'S QUALIFICATIONS, EXPERIENCE, AND PAST PERFORMANCE. Demonstrate expertise and past performance in similar type projects (e.g., industrial-type building to perform maintenance/repairs of avionics system, major repairs/alteration/renovation of BEQ/BOQ facilities, Petroleum, oil, lubricant (POL) facilities, munitions storage igloos). FACTOR B: QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL. Key personnel (Project Manager, Project Superintendent, Contractor Quality Control (CQC) Manager with qualifications and experience in industrial-type building to perform maintenance/repairs of avionics system, major repairs/alteration/renovation of BEQ/BOQ facilities, Petroleum, oil, lubricant (POL) facilities, and munitions storage igloos. FACTOR C: SMALL BUSINESS UTILIZATION. Past performance in Utilization of Small Business concerns and participation of Small Business concerns in the Project. The complete Request for Proposal (RFP), including drawing, is issued on CD-ROM and will be available approximately 21 June 2000 for a non-refundable charge of $53.75. Only the RFP documents (SF 1442, Reps and Certs, Bonds, Clauses, subcontracting plan) and technical specifications will be posted on the web site http://esol.navfac.navy.mil for downloading. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil FOR DOWNLOADING. THIS WILL NORMALLY BE THE ONLY METHOD OF DISTRIBUTION FOR AMENDMENTS AND NOTICES. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The Request for Proposal (RFP) will be made available on or about 21 June 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 06/12/00 (W-SN463963). (0164)

Loren Data Corp. http://www.ld.com (SYN# 0116 20000614\Y-0015.SOL)


Y - Construction of Structures and Facilities Index Page