Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Officer in Charge of Construction, Naval Air Weapons Station, Bldg 978, Code 832000D, China Lake, California 93555-6100

Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES -- CONSTRUCT INLINE MULTI-PURPOSE RINK AT THE NAVAL AIR WEAPONS STATION, CHINA LAKE, CA SOL N68711-00-R-8731 DUE 081500 POC Barbara F. Barthle (760) 939-4439 WEB: click here to download a copy of the RFP when available, http://esol.navfac.navy.mil. E-MAIL: click here to contact the Contract Specialist via, barthlebf@efdsw.navfac.navy.mil. Part of the information needed for this procurement notice was inadvertantly left out. The procurement notice should read as follows: SYNOPSIS: SOLICITATION NOTICE Plans and Specifications for solicitation N68711-00-R-8731 will be issued on or about 11 July 2000 over the Internet at http://esol.navfac.navy.mil as an Electronic Bid Solicitation (EBS). The response time required by FAR 5.203 would begin on the date of issuance of the EBS solicitation. EBS solicitation packages may be acquired by registration and download at the Internet EBS Web Site. All prospective offerors must register as plan holders on the EBS Web Site for this project. Plan Centers are also required to register. Plan holders lists will not be faxed and will only be available at http://esol.navfac.navy.mil. The Official Plan Holders list will be maintained on and can be printed from the Internet site. All prospective offerors must register as planholders on the Internet Web site for this project. All requests for specifications mustinclude (1) complete solicitation number and project title and (2) name, address, and phone number of company. Each company must indicate its name, address, and phone number, identify whether the firm is a small, business, small disadvantaged, business, or large business and if the firm is a woman-owned business. DESCRIPTION OF WORK: This is a Firm Fixed-Price Construction Contract at China Lake, CA. The procurement method for this solicitation is best value trade-off source selection. There are three major evaluation factors Past Performance, Technical and Price. The Past Performance Factor must demonstrate the following for the prime and major subcontractors: 1) Satisfactory administration and completion of design/build projects, within the past 3 years, of outdoor recreational facilities that are of similar scope and complexity to that stated in the solicitation; and 2) Compliance and improvement of design to meet and/or exceed the customer's needs; and 3) Success at cost control on work of this nature through informal partnering; value engineering; innovative methods, and suggestions; and 4) Success at meeting final contract completion dates; and 5) Responsiveness to post-acceptance warranty work; and 6) Safety record and degree of commitment to safety exhibited. The Technical Factor is broken down to include: 1) The Technical Approach which must demonstrate to: a) Adherence to requirements described in the RFP; and b) Improvement of existing and conceptual design of the dome structure and; c) Warranty information and requirements proposed to address RFP design aspects. 2) Management information should clearly demonstrate: a) Experience of CQC Manager to be used on this project; and b) Experience of Superintendent to be used on this project; and c) Experience of alternates for CQC Manager and Superintendent to be used on this project; and d) Training of the CQC manager, Superintendent, and alternates; and Education of the CQC Manager, Superintendent and alternates. These evaluation criteria were chosen to insure that the selected contractor has satisfactory past performance record and has qualified management personnel and the capability to perform this project. The work includes furnishing all labor, materials, tools, equipment and supervision required to relocate an existing outdoor inline skating rink. The installation to the new site will include, land excavation, providing concrete slab, fabric covered structure, varies ball courts and relocating existing hockey rink. There will be 3 options included to: 1) Provide Electrical utility, light fixtures, structural grounding and relocating scoreboard; 2) Provide bleacher and 3) Provide concrete slab for bleacher. The tentative issue date is on or about 11 July 2000 with the proposal due date approximately 30 days later, but no later than, 15 Aug 2000. The SIC Code is 1542. The related small business standard is $17.0 Million. The cost range is between $500,000.00 and $1.0 Million. Bidders should request this specification by 11 July 2000 by Internet access at the above WEB Address. Plans and Specifications will not be directly provided in a paper hard copy format. Administration of the contract will be via paperless transmissions. It is preferred that interested contractors have the capability to transmit and receive all actions required in the contract electronically. Notification of any changes to this solicitation (amendments) shall be made only on the Internet at the above WEB address. No deposit is required for this solicitation. This is NOT a public bid opening. This project is unrestricted. See solicitation for proper address for delivery of proposals. Proposals will be considered from all responsible, Central Contractor Registration (CCR) registered sources. Award cannot be made to firms that are not registered in the CCR. No bid results will be posted. Posted 06/29/00 (W-SN470022). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0220 20000703\Y-0025.SOL)


Y - Construction of Structures and Facilities Index Page