Loren Data Corp.

'

 
 

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

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

Y -- FY00 MCON PROJECT H-387, DESIGN AND BUILD OF FAMILY HOUSING UNITS, PHASE IV (130 UNITS) AND PROJECT H-392, PHASE V (62 UNITS), PEARL CITY PENINSULA, OAHU, HAWAII SOL N62742-99-R-1325 DUE 081100 POC Ms. Sarah Goodwin-Bain, Automation Assistant, Ms. Sharon Uesugi, Contract Specialist, telephone (808) 474-5510, facsimile (808) 474-7319 PREFERENCE PROGRAM: Unrestricted This is phase-two of the subject Request for Proposal (RFP). Design/Build Selection procedures. Phase-one of the process is completed and the following offerors were determined to be most qualified: (1) Dick Pacific Construction Co., Ltd., 707 Richards Street, Suite 400, Honolulu, HI 96813; (2) Hunt Building Corporation, 4401 N. Mesa, Suite 201, El Paso, Texas 79902-1107; and (3) Lend Lease Actus, LCC, 221 Gateway Road West, Suite 405, Napa, California 94558-6279. ONLY THESE OFFERORS WILL SUBMIT PRICE AND TECHNICAL PROPOSALS. However, a CD-ROM of the RFP will be available to other interested companies (i.e., subcontractors, suppliers, etc.). It is the intent of the Government to design and build family housing replacement units at the Pearl City Peninsula, Oahu, Hawaii. A total of 194 existing housing units will be demolished and replaced with 192 new units. The work includes the design and construction of all structures, utilities, roads, walkways, landscaping, and allother required improvements, both on and off site, necessary to provide facilities complete and ready to use. The work includes quality controls and inspection of all construction work. This is a firm fixed-price procurement. The following evaluation factors will be used in the selection of the firm: (1) Price and (2) Technical. The technical evaluation factor is composed of (1) Factor A Building Design, (2) Factor B Proposer's Qualifications, Experience and Past Performance, (3) Factor C Site Design and Engineering, (4) Factor D Building Engineering, Material, Quality & Maintenance, (5) Factor E Small Business Utilization and (6) Factor F Management Plans. Source selection procedures will be used and award will be made to the offeror whose proposal is the most advantageous and offers the best value to the Government; cost or price and other factors considered. The budget ceilings are: H-387 is $26,400,000 and H-392 is $12,500,000. Construction of 130 units will be awarded in Fiscal Year 2000 with a pre-priced option for 62 units to be awarded in Fiscal Year 2001. Estimated Construction Time: 670 calendar days total (Design 160 calendar days; Construction 510 calendar days). The SIC Code is 1522 with an annual size standard of $17,000,000. This procurement is UNRESTRICTED. The phase-two specification will be available on or about 22 June 2000 at a non-refundable charge of $53.75. In addition, the AutoCAD files of the drawings will also be available on a separate CD at a non-refundable charge of $45.20. The release of the AutoCAD files is strictly limited to providing information necessary to respond to the RFP. Those interested in obtaining a copy of the AutoCAD files must first submit a signed copy of the "Limited Authorization for Use of Electronic Files" form. A copy of this form may be obtained by accessing our website at: http://www.esol.navfac.navy.mil. Mail or hand deliver this form to Ms. Sharon Uesugi at 4263 Radford Drive, Honolulu, HI 96848-3296. DAPS WILL BE GIVEN AUTHORIZATION TO RELEASE THE AUTOCAD FILES ONLY AFTER A PROPERLY COMPLETED FORM IS SUBMITTED. Send your request to Document Automation and Production Service, 1025 Quincy Avenue, Suite 200, Pearl Harbor, Hawaii 96860-4512. Checks shall be made payable to: Superintendent of Documents. If using company VISA, Mastercard, or Discover Card, provide cardholder's name, account no., and expiration date. Your request must state company name, mailing address, telephone number, facsimile number, RFP No., project title and whether the RFP will be picked up at the ROICC, NAVFACENGCOM, Construction Contracts Division, 4242 Radford Drive, Honolulu HI 96818-3296. Mark front of the envelope with RFP No. Allow at least ten days for receipt of RFP. Companies wanting the RFP sent via air express service must furnish their express service airbill label with the recipient's name, telephone no., company name, address, account no., and type of delivery filled in. If no airbill label is provided, the RFP will be mailed. Failure to provide any of the above information and check, may delay processing of the RFP. In addition, any requests received within ten (10) days prior to the receipt of proposals will be processed. However, there is no guarantee that the recipient will receive the solicitation before the proposal closing date. Individual checks and requests are to be submitted for each solicitation. Copies of planholders list may be requested by facsimile transmission at (808) 474-7316 or may be obtained by accessing the DAPS Web page at http://www.wnbt.daps.navy.mil. Posted 06/28/00 (W-SN469682). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0226 20000703\Y-0031.SOL)


Y - Construction of Structures and Facilities Index Page