Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22, 2000 PSA #2753
SOLICITATIONS

Y -- FLIGHTLINE FIRE SAFETY IMPROVEMENTS (TWO-PHASE, DESIGN/BUILD), PROJECT P-401, MARINE CORPS AIR STATION, BEAUFORT, SC

Notice Date
December 20, 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-0353
Response Due
February 8, 2001
Point of Contact
Contract Specialist: Rhonda Earney, Code 0211RE. Contracting Officer: L. R. Fisk, Code 0211.
Description
THIS SOLICITATION IS BEING ADVERTISED AS A 100% SMALL BUSINESS SET-ASIDE. The work will primarily consist of design and construction (Design/Build) of Fire Safety Improvements (e.g., dedicated pipeline) at the flightline. The work will include repairs and renovation of the existing 500,000 gallon underground storage tank, addition of a wet well for the fire pumps, turbine fire pumps (electric and diesel) including all utilities, fire alarm system, metal canopy for the pumps/controls, and a separate looped fire water supply main to serve approximately eight hangars, jet engine maintenance buildings, and stub-outs for future facilities. Also included are associated valves, fittings, electrical modifications, and general demolition (removal and replacement of affected asphalt, concrete pavement). The Government will award a Two-Phase Design/Build 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 of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A Past Performance: (1)Design and (2)Construction; FACTOR B Technical Qualifications: (1)Design and (2) Construction Team; and FACTOR C Management Approach. The highest rated proposers, typically 3 to 5 (not to exceed five), 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 Technical Qualifications (same as Phase I unless conditions change); FACTOR C -- Technical Solutions; and FACTOR D -- Design and Construction Schedule. 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 proposer 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 IN PHASE I AND AWARD IN PHASE II 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. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 09 January 2001. PHASE II WILL BE ISSUED AT A LATER DATE. Prospective Offerors MUST register themselves on the web site http://esol.navfac.navy.mil. 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. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. For inquiries about Proposal Due Date or Number of Amendments; contact Shirley Shumer at 843/820-5923. Technical Inquiries prior to Proposal Due Date must be submitted in writing 15 days before Proposals are due to the address listed above, or faxed to 843/818-6811, Attn: Rhonda Earney, Code 0211RE. The NAICS Code is 23493: Industrial Nonbuilding Structure Construction. The Standard Size is $27,500,000.00. The estimated construction cost for this project is between $1,000,000 and $3,000,000.00.
Record
Loren Data Corp. 20001222/YSOL002.HTM (W-355 SN5093Y0)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on December 20, 2000 by Loren Data Corp. -- info@ld.com