COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21, 2000 PSA #2690
SOLICITATIONS
Y -- 157 JUNIOR ENLISTED MEMBER (JEM) FAMILY HOUSING UNITS (TWO-PHASE, DESIGN/BUILD), NAVAL CONSTRUCTION BATTALION CENTER, GULFPORT, MS
- Notice Date
- September 19, 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-0416
- Response Due
- November 3, 2000
- Point of Contact
- Contract Specialist: Susie Conner, Code 0211SC. Contracting Officer: L. R. Fisk, Code 0211
- Description
- THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS. The SIC Code for this Solicitation is 1522: Building Construction, General Contractors-Residential Buildings/other than single-family. The Size Standard is $27,500,000. The work consists of design and construction of 157 family housing units located at NCBC Gulfport, MS and includes developing a site of approximately 45 acres, including utilities and recreational facilities. The structures will be of one or two story construction and will contain any combination of 2, 4 or 6 housing units. There will be 41 two bedroom units, 48 three bedroom units and 68 four bedroom units. Five percent of the units will be designed to accommodate handicapped persons. Additionally two percent of the units will be designed for individuals with hearing disabilities. The units may be wood or metal frame or masonry with stucco or vinyl siding, sloped roof with a minimum pitch of 4:12, and will include HVAC systems, covered parking, covered patios, privacy fencing, exterior storage, sprinkler system and household appliances. Each unit will include a 30 inch electric stove with a self cleaning oven, 18 cubic foot refrigerator with ice maker, dishwasher, garbage disposal (3/4 hp minimum), washer/dryer hookup, water heater (50 gal. minimum capacity) and smoke detectors (hard wired with battery back-up) and fire sprinklers. The contractor will provide and install these appliances. The project also includes development of approximately 45 acres of wooded land. All roadways, walkways, street lighting, utilities, telephone and cable television hookups must be provided by the contractor. Recreational facilities specified in NAVFACINST 11101.85H must be provided by and outfitted by the contractor. These include tot lots, playlots, play fields, picnic areas and a basketball court. There is a nature trail on the site. The contractor will disturb the trail as little as possible while integrating it in the development of the site. 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 to 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 FACTOR C Technical Qualifications (1) Design; and FACTOR D Management Approach. The highest rated proposers, up to 5, will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on: FACTOR A Past Performance (same as Phase I unless conditions change); FACTOR B Small Business Subcontracting Effort, FACTOR C Technical Qualification (same as Phase I unless conditions change; and FACTOR D Technical Solutions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE 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. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 4 October 2000. PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official planholders list will be maintained and can be printed from the web. 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 843-818-6865, Attn: Susie Conner, Code 0211SC or sent by email to connerms@efdsouth.navfac.navy.mil. The estimated value is between $16,578,000 and $18,420,000. The estimated days for completion is 540 calendar days.
- Record
- Loren Data Corp. 20000921/YSOL003.HTM (W-263 SN498408)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on September 19, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|