Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2000 PSA #2716
SOLICITATIONS

Y -- DESIGN/BUILD AMPHIBIOUS WARFARE INTEGRATION FACILITY, CSS, PANAMA CITY, FL

Notice Date
October 26, 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-0394
Response Due
December 6, 2000
Point of Contact
POC: John Jeffries, Code 0212JJ, FAX # (843) 818-6313
Description
SOLICITATION NOTICE: This Solicitation is advertised as UNRESTRICTED. This project consists of two (2) Phases in accordance with FAR Part 36.3, Two-Phased Design Build. The Solicitation will be a Design/Build project of a new two-story structure with structural steel and/or concrete frame, metal roofing and masonry/stucco exterior walls. The facility will have an automatic fire sprinkler system and HVAC. Special features include exterior roll-up doors, loading dock, forklift rated floors, raised floors, and high bays with overhead crane, compressed air, special 400 MHz power, antenna platforms, laboratories and Sensitive Compartment Information Facilities (SCIF) areas. This facility will be located in the area between Building 110's overflow parking lot and the area now housing amphibious warfare trailers. These trailers, as well as Buildings 2, 3 and 94, will be demolished. The total demolition is 3055 square meters (32,887 square feet). Three high bays with bridge cranes and oversized doors provide access to the Landing Craft Air Cushioned (LCAC) ramp and will be used for systems assembly and as a staging area. The facility will provide laboratory and support spaces. Demolition may require removal and disposal of Asbestos Containing Material (ACM). The design of the administrative facility shall conform to criteria, specifications, and layouts provided by the Government, and otherwise as approved by the Government. Except when it is determined in accordance with FAR 17.206(b) not to be in the government's best interests, the government will evaluate offers for award purposes by adding the total price for the basic requirement. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to this solicitation will be the "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: (A) Past Performance, (B) Small Business Subcontracting Effort, (C) Technical Qualifications, and (D) Management Approach. The highest rated proposers, typically 3 to 5, will advance to Phase II. The Government will then request the Phase II Proposal. Phase II: Qualified Proposers will be evaluated on: (1) Past Performance (same as Phase I unless conditions change), and (B) Small Business Subcontracting Effort, (C) Technical Qualifications (same as Phase I unless conditions change), (D) Technical Solutions and (E) Price Proposal. 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 AN AWARD MAY BE MADE WITHOUT DISCUSSION 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. The estimated date that Phase I will be available on the Internet is 03 NOV 2000, and the due date is 06 DEC 2000. The Government intends to issue this solicitation through the use of CD-ROM and the INTERNET. The entire solicitation, including the Plans and Specs, has been placed on compact disk (CD ROM). The cost of the CD will be $15.00. To obtain Specifications you may send company check payable to US Treasury and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (FOR FEDERAL EXPRESS: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-1802). PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil/ to receive one copy of the CD-ROM. The Plans and Specs are also available on the Internet for viewing and downloading although the download time may be excessive. The official plan holders list will be maintained and can be printed 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. Offerors must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. When submitting your information and certification, please put the following on the outside of your package: N62467-00-R-0394, ATTN: JOHN JEFFERIES, CODE 0212JJ, "DO NOT OPEN IN MAIL ROOM". If problems arise concerning your request, call PAULA BROOKS OR RONNIE MITCHUM at 803/743-4040. For inquiries about Proposals Due or Number of Amendments issued, contact Susan Clark at 803/820-5775. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 803/820-5748, Attn: John Jeffries, Code 0212JJ. Estimated cost is between $5,000,000.00 and $10,000,000.00. Estimated duration of the contract is 630 days for completion. The NAICS Code is 23331, Manufacturing and Industrial Building Construction, which corresponds with SIC 1541. Standard Size is 27.5 Million.
Record
Loren Data Corp. 20001030/YSOL002.HTM (W-300 SN5052A4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on October 26, 2000 by Loren Data Corp. -- info@ld.com