Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,2000 PSA#2646

Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA 23511-2699 (attn: Code 0222)

Y -- WATERFRONT OPERATIONS FACILITY, NAVAL AMPHIBIOUS BASE, LITTLE CREEK, NORFOLK, VIRGINIA SOL N62470-99-R-9123 DUE 092800 POC Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist, Brenda A. Perkins, 757-322-8257 E-MAIL: Construction Contract N62470-99-R-9123, perkinsba@efdlant.navfac.navy.mil. This project solicits a Two Phase-Design/Build construction contract to design and construct a permanent Waterfront Operations Facility at the Naval Amphibious Base, Little Creek, Norfolk, Virginia. Special foundation features pile support required. Project includes HVAC systems, domestic water system, sanitary fixtures, electric service and distribution equipment, interior lighting, mounting and wiring for CCTV system for pier observation, radios and antennas for shore to ship communications, communications wiring (including telephone and LAN), emergency generator, fire alarm and sprinkler systems. The Waterfront Operations Facility will include administrative spaces for Port Operations staff, observation tower, locker/shower area, publications library, departmental supply storage, duty crew male and female bunkrooms, and a crew's lounge. The project includes a tool issue room, operation maintenance shop, parts storage, boatswain's locker, HAZMAT locker, battery locker, fuel storage tank for the generator, and a covered storage area for boat gear and equipment. This project also provides parking, area lighting, utilities (including pier-support electricity, sanitary sewer, and water connections for small craft), site improvements (including mooring cleats and man overboard ladders at existing seawall), landscaping, and demolition of Buildings 3890, 3891, 3892, 3894, 3896, 3898 and 3904. 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; Subfactors (1A1) Construction Team; (1A2) Design Team; (1B)Key Personnel; (1B1) Construction Team; (1B2) Design Team; (2) Past Performance; Subfactors (2A) Team's Past Performance; (2A1) Construction Team; (2A2) Design Team; (2B) Safety; (2B1) Construction Team; and (3) Small Business Subcontracting Effort; Subfactor (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 Plan Effort; Subfactor (3B) Subcontracting Plan Effort; (4) Technical Solutions; Subfactors (4A) Building Design; (4B) Site Design; (4C) Sustainable Design Features; (4D) Exceeding Minimum RFP Requirement; and (4E) 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 Technical Proposals for PHASE ONE will be issued approximately 21 August 2000. The receipt date for PHASE ONE Technical Proposals is approximately 28 September 2000. 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 the 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: Brenda A. Perkins, Code 02221. The Estimated Cost Range is between $1,000,000 and $5,000,000. The Standard Industrial Classification (SIC) Code for this project is 1542 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. Posted 07/18/00 (W-SN476229). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0136 20000720\Y-0009.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on July 18, 2000 by Loren Data Corp. -- info@ld.com