COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2000 PSA #2722
SOLICITATIONS
Y -- 96 PERSON DORMITORY (TWO-PHASE, DESIGN/BUILD), BARKSDALE AIR FORCE BASE, LA
- Notice Date
- November 3, 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-0426
- Response Due
- December 7, 2000
- Point of Contact
- Contract Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L. R. Fisk, Code 0211.
- Description
- THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The project is design and construction of a 96 person Dormitory at Barksdale AFB, LA, with reinforced concrete foundation and floor slabs, steel frame, brick veneer exterior walls, sound attenuation, and sloped roofs. Includes lounge areas, laundries, room-bath-kitchen-room modules, storage, exterior site work, communication requirements, fire protection systems, and all supporting facilities. Work includes parking and demolition of one facility (3,078 SM). The estimated cost for design and construction of the project is between $5,000,000 and $6,500,000. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the "best value" to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to approximately five (5) offerors (design-build firms or teams) based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Technical Qualifications, and Management Approach. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the project. The Phase II technical proposal will require preparation of a limited design solution for the project; Small Business Subcontracting Effort; and other factors that define the quality of management, design, construction. Price proposals will include total evaluated price, such as, evaluation of scope/design options within the Government's published budget for award. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated; and award to the offeror 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 EVUALUATE PROPOSALS AND SELECT PHASE II OFFERORS 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. The Government intends to issue the Phase I Request for Proposals (RFP) electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about 7 November 2000. Phase I proposals will be due around 7 December 2000. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The Phase II RFP, including the plans and specs, will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the Phase II plans and specifications may be purchased from the Document Automation and Production Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-4040. The official plan holders list will be maintained on and may 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. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to (843) 818-6882, Attn: Janet Lietha, Code 0211JL, or e-mailed to liethajg@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 233320: Commercial and Institutional Building Construction. The Small Business Size Standard is $27,500,000.00.
- Record
- Loren Data Corp. 20001107/YSOL004.HTM (W-308 SN5058T8)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on November 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|