Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6, 2000 PSA #2741
SOLICITATIONS

Y -- DESIGN-BUILD TWO-PHASE WHOLEHOUSE REVITALIZATION, FORRESTAL VILLAGE-PHASE 10 & HALSEY VILLAGE-PHASE 3, NTC GREAT LAKES, IL

Notice Date
December 4, 2000
Contracting Office
CO ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088-5600
ZIP Code
60088-5600
Solicitation Number
N68950-00-R-0218
Response Due
January 4, 2001
Point of Contact
Ms. Lolita L. Batis-McCoy, Contract Specialist, 847-688-2600 X122
E-Mail Address
Contact the Contract Specialist via e-mail. (batisll@efdsouth.navfac.navy.mil)
Description
The Phase I RFP is hereby issued; proposal due date: 01/04/2001. The Phase I Pre-Qualification solicitation is hereby available for viewing and downloading at internet web address http://www.esol.navfac.navy.mil. NOTE: The evaluation factors has been revised from what was listed in the pre-solicitation notice. For Phase I, the proposers will be evaluated on the following factors: FACTOR A-Past Performance and Relevant Project Experience, includes subfactors A1. Design Team Experience, A2. Construction Team Experience; FACTOR B-Technical Qualifications (Design/Construction & Management Approach), includes subfactors B1. Design Team Qualifications, B2. Construction Team Qualifications, B3. Management Approach, Construction Quality Control and Safety; and FACTOR C-Small Business Subcontracting Effort. Up to five (5) firms will be pre-qualified under this Phase I RFP to participate and advance ONLY to PHASE II technical solutions and price. PHASE II PROPOSALS WILL ONLY BE ACCEPTED FROM THESE OFFERORS. The names of those offerors will then be posted and all suppliers, subcontractors, and contractors can contact those Prime contractors to offer any business opportunities. THIS PHASE I RFP IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. FORRESTAL VILLAGE/PHASE 10 -- The work encompasses the design, construction and associated site work improvements to provide a whole-house revitalization to 179 wood-framed split-level Capehart units contained in 77 buildings. The project boundary for site work falls within the 5-foot building line and includes, but not limited to, selective demolition, hazardous abatement, design, construction, whole-house revitalization, limited site work improvements, and incidental related work. Hazardous material work includes abatement of asbestos, lead paint, and removal of PCB lighting ballasts. Site work includes the replacement, or repair of, existing housing unit sidewalks, asphalt driveways, exterior stairs, exterior patios, and lateral infrastructure. HALSEY VILLAGE/PHASE 3 The work shall include design, construction and associated site work improvements to provide a whole-house revitalization to 27 wood-framed split-level housing units. The work includes, but is not limited to, selective site demolition, hazardous abatement, design, construction, whole-house revitalization, limited site work improvements, and incidental related work to 27 housing units contained in 18 2-story wood-framed buildings. The project boundary for site work falls generally within the 5-foot building line. Hazardous material work includes abatement of asbestos, lead paint, removal of PCB lighting ballasts, and the recycling of smoke detectors and fluorescent lamps. Site work includes, but is not limited to, the replacement, or repair of, existing housing unit sidewalks, concrete stoops, asphalt driveways, exterior concrete stairs at rear stairwell, exterior concrete patios, privacy screen fences, and lateral infrastructure. Some units will require re-grading of existing drainage swales or providing new drainage swales where required. -- Estimated duration is 1140 calendar days for completion. -- The NAICS Code is #233220-Multifamily Housing; SMALL BUSINESS size standard is $27.5 million; the FSC Code is Z161. -- The solicitation will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by the Federal Acquisition Regulations (FAR) Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 15.6 and FAR 36.3. This solicitation will consist of Two (2) Phases. NOTE: Firms submitting technical and price proposals will NOT be compensated for documents. PHASE II solicitation documents will be issued on or about 1/17/2001. -- 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. The Government will award a contract after PHASE II resulting from this solicitation to the responsive and responsible proposer and determined by the Government to be the "BEST VALUE" to the Government, price and technical factors considered equally. The Government intends on issuing the PHASE II RFP solicitation through the use of the Internet. All prospective offerors and plan rooms MUST register themselves on the web site. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining plans and specifications through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and planholders list off the internet, if necessary. The OFFICIAL PLANHOLDERS LIST will be created by registration and be available from the web-site ONLY. Amendments will also be posted on the web site for downloading. This will normally be the 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 PHASE I proposal due date or number of amendments issued, please contact Ms. Lolita L. Batis-McCoy at 847-688-2600 X122 or FAX to 847-688-6567 / 847-688-2648 or email to batisll@efdsouth.navfac.navy.mil. -- Offers WILL NOT be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers WILL NOT be disclosed to anyone until time of contract award. IMPORTANT NOTICE: Effective 5/31/1998, all contractors submitting bids, proposals or quotes on DOD solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. This information will facilitate the Government's transition to Electronic Commerce and electronic fund transfers for payment. To make registration simple, the DOD has implemented the capability to register in the CCR through the world wide web. The CCR website can be accessed through any DOD certified value added network or http://www.ccr2000.com. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration (MAR 2000). You are encouraged to registered as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
Web Link
http://www.esol.navfac.navy.mil (http://www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20001206/YSOL001.HTM (W-339 SN508004)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on December 4, 2000 by Loren Data Corp. -- info@ld.com