Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,2000 PSA#2629

Commander, 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