COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 28, 2000 PSA #2695
SOLICITATIONS
Z -- FY01 NAVY LODGE ON FORD ISLAND, HAWAII
- Notice Date
- September 26, 2000
- Contracting Office
- Regional Officer in Charge of Contract , Pearl Harbor, NAVFACENGCOM (R110), 4262 Radford Drive, Honolulu, HI 96818-3296
- ZIP Code
- 96818-3296
- Solicitation Number
- N62742-00-R-1337
- Response Due
- November 6, 2000
- Point of Contact
- Ms. Sarah Goodwin-Bain, Procurement Technician, Ms. Beverly Quevedo, Contract Specialist, telephone (808) 474-5510, facsimile (808) 474-7316
- Description
- It is the intent of the Government to convert the existing former Navy Bachelor Officers Quarters structure (Building 78) at Ford Island, and design and construct an adjacent new building, that would provide a Navy Lodge with a total of at least 150 guestrooms and required support spaces. The work shall be accomplished within available construction funds. The existing building will provide as many units as possible, most of these being suites. The units will have new kitchen facilities and remodeled bathrooms with new electrical, plumbing and lighting necessary to provide a fully adequate facility. Other portions of the building will be converted into lobby, offices, guest laundry, and in-house laundry. A new building will be constructed adjacent to the existing building and would contain additional guestrooms to attain the 150 guestroom total. All lodging units in the new building will contain through-wall cooling units, and support areas will be cooled by a central building system. Fire protection, security alarms, ADA compliant rooms and access, and elevators will also be provided. Ancillary work that is part of this contract includes parking, pool, a tot lot, landscaping, improvements to the existing outdoor plaza at Building 78, and other items that support the overall design and function of the Navy Lodge. Supporting facilities work includes site and building utility connections (water, sanitary and storm sewers, electrical, telephone, and cable television). Paving work includes paved parking and sidewalks. The design of the Navy Lodge shall also allow for future expansion of an additional 100 guestrooms. The first phase work must allow for that future work to occur in a cost efficient, aesthetically pleasing manner. The scope of the project does not include any environmental cleanup or mitigation, or extensions or improvements to the Ford Island utility systems beyond the immediate site, and all interior and exterior maintenance to Building 78 as defined by the Facilities Projects Manual. This is a firm fixed-price procurement and will use the Two-Phase Design/Build Selection Procedures. There will be two separate specifications issued sequentially. Phase One evaluation factors will be: (1) Factor A Designer's Qualifications, Experience and Past Performance, (2) Factor B Contractor's Qualifications, Experience and Past Performance, (3) Factor C Design/Build Management Plan, and (4) Factor D Small Business Utilization. Phase One proposals will be evaluated and a selection made of the most qualified firms (not to exceed five). The most qualified firms will proceed to Phase Two of the process and issued Phase Two specifications and drawings. These qualified firms will be given an opportunity to submit technical and price proposals. Phase Two evaluation factors will be: (1) Factor A Building Design (as related to new building and renovation of historic buildings), (2) Factor B Proposer's Qualifications, Experience and Past Performance (proposal submitted for Phase One will be considered and no additional data will be required for Phase Two), (3) Factor C Site Design and Engineering, (4) Factor D Building Engineering, Material, Quality and Maintenance, (5) Factor E Small Business Utilization, and (6) Factor F Management Plans. Source Selection Procedures will be used and award shall 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 project range is between $15,000,000.00 to $20,000,000.00. THE STANDARD INDUSTRY CODE FOR THIS PROCUREMENT IS 1522 AND THE ANNUAL SIZE STANDARD IS $27.5 MILLION. THIS PROCUREMENT IS UNRESTRICTED. The Request for Proposal (RFP) will be available (CD-ROM) on or about October 16, 2000 for a non-refundable charge of $67.92. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil 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. You may use the "Solicitation Purchase Request Form" located at http://www.efdpac.navfac.navy.mil/ebsroot/toolbox/SolicitationPRForm.pdf to order the solicitation. Your request, if mailed, should be sent to: Document Automation and Production Service, ATTN: Solicitation Printing, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to "SUPERINTENDENT OF DOCUMENTS". If using a company VISA, MASTERCARD, or DISCOVER card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their express service airbill label with the recipients name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholder's list will be available after the solicitation is issued. Requests for planholder's list may be sent via facsimile transmission to (808) 474-7316 or lists may be obtained at http://www.hawaii.wnbt.daps.mil. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE REQUESTOR WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE.
- Record
- Loren Data Corp. 20000928/ZSOL003.HTM (W-270 SN501022)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on September 27, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|