Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS

Y -- INDOOR SMALL ARMS RANGE (TWO-PHASE, DESIGN/BUILD), NAVAL AIR STATION-JOINT RESERVE BASE, FORT WORTH, TX

Notice Date
September 7, 2000
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-00-R-0423
Response Due
October 26, 2000
Point of Contact
Contract Specialist: Barbara Green, Code 0211BG. Contracting Officer: L. R. Fisk, Code 0211.
Description
THIS SOLICITATION IS HEREBY BEING ISSUED ON A COMPETITIVE 8(a) SET-ASIDE BASIS. The project consists of a one story facility including: concrete foundation and floor, masonry walls with baffles and special bullet trap, steel joist/truss roof system, firing range and associated supporting functions (i.e. storage rooms toilets and offices), ventilation/air-conditioning, fire protections systems, complete electrical systems including electrical equipment wiring and lighting. Parking, utilities and the demolition of an existing small arms range (Building 1346) are also part of the project scope. Provide 1000-inch indoor small arms firing range with 20 firing points for live fire qualifications training of both permanent party and reserve forces. Arrangement shall be as two (2) separate bays of 10 points each. Each bay shall be independent of each other and shall be capable of complete stand-alone operation. Each bay shall accommodate the firing of the M-14 service rifle using 7.62 mm ball ammunitions; the M-16 service rifle using 5.56-mm ball ammunitions; the firing of handguns up to and including .357 magnum, .38 caliber, .45 caliber, and 9-mm firing both lead and ball ammunitions; 12 gage shotguns firing 00 buckshot and lead slug ammunitions; and the firing of both rifle and handgun frangible bullet ammunitions. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be "BEST VALUE" to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A Past Performance: (1)Design and (2)Construction; FACTOR B -- Small Business Subcontracting Effort (applies to small and large business); FACTOR C Technical Qualifications in Design and Construction; and FACTOR D -- Management Approach. The highest rated offerors, typically 3 to 5 (not to exceed five), will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on the following technical factors: FACTOR A Past Performance (as previously done in Phase I); FACTOR B Small Business Subcontracting Effort (applies to small and large business); FACTOR C Technical Qualifications (same as Phase I unless revised); and FACTOR D Technical Solutions. Price will also be evaluated in Phase II. The Phase II proposals will evaluated on the basis of technical factors and price which will be considered of equal importance. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting 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 THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 26 September 2000. PHASE II WILL BE ISSUED AT A LATER DATE. THERE WILL BE A NON-REFUNDABLE CHARGE FOR PHASE II PLANS AND SPECIFICATIONS. The entire solicitation, including plans and specifications, is available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders list will be maintained and can be printed from the web from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/818-6877, Attn: Barbara Green, Code 0211BG. The estimated range is between $3,150,000 and $3,500,000. The estimated days for completion is 300 calendar days. The SIC Code for this project is 1542: General Contractors Non-Residential Buildings, Other Than Industrial Buildings and Warehouses. The Standard Size is $27,500,000.00.
Record
Loren Data Corp. 20000911/YSOL004.HTM (W-251 SN494119)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on September 7, 2000 by Loren Data Corp. -- info@ld.com