|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,2000 PSA#2622Commander, Southern Division, Naval Facilities Engineering Command,
2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 Z -- TRAINING BUILDING ADDITION, NAS ATLANTA, GA SOL N62467-00-R-0360
DUE 080700 POC POC: Agnes Copeland, Code 0212AC, FAX # (843) 818-6313
MODIFIED SYNOPSIS: This Solicitation is hereby modified from
Unrestricted to 8A Set-Aside. This design-build project consists of
design and construction of a new Training Building Addition, located at
NAVAL AIR STATION, ATLANT, GA a 1256 square meter addition to the
existing Training Building, Building 2. The work includes integrated
site development and incidental related work to provide a complete and
useable facility. The base work for this project includes construction
of a two story addition to the existing Training Building. The work
includes some reconfiguration of the existing Training Building for
construction of a passageway between the existing building and the new
addition. The addition will consist of classrooms, restrooms, a
passageway, elevator and a minimum of 40 paring spaces adjacent to, but
downhill of the existing Training Building. The project includes
removal of asbestos vinyl tile and mastic in the areas where the new
building joins the existing building, particularly in the areaof the
new passageway. The addition and access to it shall conform with the
Americans and Disabilities Act. The addition will be constructed on the
edge of a sloped area behind the existing facility. The new addition
will match the existing building in architecture and finishes. The
existing building is brick. The range is between $1,000,000 and
$5,000,000. Proposals will be evaluated using Two Phase Design-Build
Request for Proposal procedures that will result in an award of a
firm-fixed price design-build contract to the responsible proposer
whose proposal, conforming to the solicitation, is the "Best Value" to
the Government, price and technical factors considered. This
procurement will consist of two (2) Phases. In Phase I, Proposers will
be evaluated on FACTOR A Past Performance: (1) Design and (2)
Construction; FACTOR B Small Business Subcontracting Effort (applies to
small and large business); FACTOR C -Technical Qualifications, and
FACTOR D Management Approach. Only those firms determined the most
highly qualified in Phase I will be allowed to proceed into Phase II,
typically 3 to 5 (not to exceed five). The Government will then request
the Phase II price and technical proposals. Phase II proposals may be
evaluated on: FACTOR A Technical Solutions; FACTOR B Small Business
Subcontracting Effort (applies to small and large business); FACTOR C
Technical Solutions, which requires submission of a limited design
solution for the project and other sub-factors that define the quality
of construction; FACTOR D Management Approach; and Price Proposal.
Price proposals may include total cost; evaluation of scope/design
options within the Government's published budget for award, and
completion schedule adjustment. The Government reserves the right to
reject any or all proposals at any time prior to award; to negotiate
with any or all proposers; to award the contract to other than the
proposer submitting the lowest total price; and to award to the
proposer submitting the proposal determined by the Government to be
themost advantageous to the Government. PROPOSERS ARE ADVISED THAT THE
GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND PROCEED ONTO PHASE II
AND/OR AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE
PROPOSALS RECEIVED. Therefore, proposals should be submitted initially
on the most FAVORABLE terms. Proposers should not assume that they
will be contacted or afforded an opportunity to qualify, discuss, or
revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS
WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. The
Government intends to issue Phase I on the WEB. Offerors must register
themselves on the Internet at http://www.esol.navfac.navy.mil. Phase
I will be issued on or about 05 JULY 2000. PHASE II WILL BE ISSUED BY
CD-ROM AT A LATER DATE TO THOSE FIRMS DETERMINED THE MOST HIGHLY
QUALIFED IN PHASE I. Phase I proposals will be due around 07 AUG 2000.
The exact date will be stipulated in the RFP. The official plan
holders' list will be maintained and can be printed from the web site.
Amendments will be posted on the web site for downloading. This will
normally be the only method of distributing amendments; therefore, IT
IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR
ANY AMENDMENTS TO THIS SOLICITATION. The estimated time for completion
is 530 days. For inquiries about the date of receipt of proposals or
the number of amendments, contact Susan Clark at (843) 820-5775.
Technical inquiries must be submitted to Agnes Copeland (Code 0212AC)
in writing 15 days before proposals are due. Questions may be faxed to
(843) 818-6313, or e-mailed to copelandap@efdsouth.navfac.navy.mil.
Results of proposals will not be available. The SIC Code is 1542:
General Contractors Nonresidential Buildings, Other than Industrial
Buildings and Warehouses. The Size Standard is $17,000,000.00. Posted
06/13/00 (W-SN464340). (0165) Loren Data Corp. http://www.ld.com (SYN# 0137 20000615\Z-0017.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|