|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,2000 PSA#2629Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA
23511-2699 (attn: Code 0222) Y -- BACHELOR ENLISTED QUARTERS REPLACEMENT, MARINE CORPS BASE, CAMP
LEJEUNE, NORTH CAROLINA SOL N62470-99-R-9127 DUE 072500 POC Printing
Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist,
Luebertia S. Dailey, 757-322-8237 E-MAIL: Click here to contact the
Contract Specialist via, DaileyTS@efdlant.navfac.navy.mil. This project
solicits a Two Phase-Design/Build construction contract for Bachelor
Enlisted Quarters at MCB Camp Lejeune, North Carolina. The contract
will provide for the design and construction of a three story bachelor
enlisted quarters. The work includes exterior corridor bachelor
enlisted quarters with 200 2+0 rooms, semi-private bathrooms and
walk-in closets, interior finishes, cable TV and telephone
communications cabling, recreation and service areas, laundry, fire
protection system, heating and air conditioning, utilities, technical
operating manuals, exterior walkways, exterior equipment wash- down
area, gear rinse facility, gear drying/storage area, and incidental
related work. Exterior support facilities include paved parking,
security lighting, storm water infiltration system, and pedestrian
walkway to waterfront. Intended Grade Mix: 256 E1-E3, 72 E4-E5. The
total is 328. The maximum utilization is 400 E1-E3. The contractor
shall provide all labor, supervision, engineering, materials,
equipment, tools, parts, supplies and transportation to perform all
work described in the specifications. Requirements for the technical
Source Selection criteria factors are as follows: PHASE ONE FACTORS:
(1) Corporate Experience; sub-factors 1A. Relevant Experience; (1A1)
Construction Team; (1A2) Design Team; 1B. Key Personnel; (1B1)
Construction Team; (1B2)Design Team;(2) Past Performance; 2A. Teams
Past Performance; (2A1) Construction Team; (2A2) Design Team; (2B)
Safety; (2B1) Construction Team; (3) Small Business Subcontracting
Effort; sub-factors 3A. Past Performance. PHASE ONE EVALUATION CRITERIA
WILL ADDRESS TECHNICAL ONLY, PRICE WILL NOT BE A CONSIDERATION DURING
THIS PHASE. PHASE TWO FACTORS: (3) Small Business Subcontracting
Effort; (3b) Subcontracting Plan Effort; (4) Technical Solutions;
subfactors (A) Building Design; (B) Site Design; (C) Sustainable Design
Features; and (D) Proposed Schedule; and (5) Price. A maximum of five
offerors selected during PHASE ONE will advance to PHASE TWO. Offerors
will be evaluated on both technical and price proposals during this
phase. Overall technical and price factors will be equal in
significance. The Government reserves the right to reject any or all
proposals prior to award; to negotiate with any or all proposers; to
award the contract to other than the lowest total price; and to award
to the proposer submitting the proposal determined by the government to
be the most advantageous to the government. PROPOSERS ARE ADVISED AN
AWARD MAY BE MADE IN PHASE TWO WITHOUT DISCUSSION OR ANY CONTACT
CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they
will be contacted, or afforded the opportunity, to qualify, discuss, or
revise their proposals. However, the Government may contact proposers
for the purpose of clarifying aspects of their proposal. The Government
also reserves the right to enter into discussions if deemed necessary,
and if discussions are conducted the proposers will be afforded the
opportunity to revise their proposals. The Request for
TechnicalProposals for PHASE ONE will be issued approximately 5 July
2000. The receipt date for Phase I Technical Proposals is approximately
25 July 00 at 2:00 p.m. Price proposals for PHASE TWO will be requested
after the competitive range has been established. This solicitation is
available in electronic format only. All documents will be in the
Adobe Acrobat PDF file format on CD ROM. The free Acrobat Reader,
required to view the PDF files, is provided on the CD or can be
downloaded from the Adobe website. A charge will be made for each CD.
The cost is $12.50 for each CD. This price includes priority mail
postage. These sets will be made available upon receipt of a written
request, and a non-refundable check or money order made payable to the
U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED
PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET,
BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code,
telephone number, street address, nine-digit zip code and whether you
are participating as a prime or subcontractor. Any inquiries regarding
plans and specifications shall be directed to Ms. Priscilla Schaefer
at 757-444-5968. A copy of the planholder's list can be obtained on the
internet at www.norfolk.sebt.daps.mil. Technical inquiries shall be
faxed to 757-322-8264, Attention: Luebertia S. Dailey, Code 02222. The
Estimated Cost Range is between $10,000,000 and $25,000,000. The
Standard Industrial Classification (SIC) Code for this project is 1522
with a Size Standard of $17,000,000. This project is not set aside for
small business. Large businesses shall submit a subcontracting plan
prior to award of the contract. Funding for this project is available
in the amount of $12,000,000. Posted 06/22/00 (W-SN467630). (0174) Loren Data Corp. http://www.ld.com (SYN# 0141 20000626\Y-0025.SOL)
Y - Construction of Structures and Facilities Index Page
|
|