|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26,1997 PSA#1980SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- MCON P-050, HIGHBAY AUTOMATED WAREHOUSE AT MARINE CORPS AIR
STATION, CAMP PENDLETON, CALIFORNIA SOL N68711-95-R-7624 DUE 011698 POC
Rowena Galendez, 619/532-1237, Purita Gamos, 619/532-3038, Contract
Specialist, Mark R. Schweer, Contracting Officer DESCRIPTION OF WORK
-The work includes furnishing of all materials, labor, supervision and
equipment required to provide a Highbay Automated Warehouse, including
the associated administrative space. Included with the project are
demolition of paving and masonry, new grading and paving, landscaping
and irrigation, extension of underground utilities and utility
connections, dock equipment, and an automated materials handling and
retrieval system. Other work includes associated plumbing, fire
protection, heating, ventilating and air conditioning, electrical work,
and other incidental work as indicated on the drawiings and in these
specifications. In addition, the project includes four options. These
options are outlined as follows: Option 0001 -- This option will add
approximately sixteen feet of warehouse and docking to the west side of
the building creating one additional aisle of highbay storage and
including all material handling equipment. Option 0002 -- This option
adds a "transfer car" to thematerial handling equipment to be installed
along the south side of the highbay warehouse area. Option.0003 -- This
option adds a "spare crane" to the material handling equipment system
to be located to the southeast corner of the warehouse alcove. Option
0004 -- This option replaces the "Base Bid" documents and is presented
by a separate set of drawings, outlining the option, within the bid
documents. This Option 0004 contains within the building four aisles of
material handling equipment and storage including cranes and conveyors.
In addition, this option increased the size of the office wing
including the offices, restrooms and the addition of an elevator,. and
incidental related work, complete and ready for use. -- The estimated
cost is between $5,000,000 to $10,000,000. Firm Fixed Price Contract.
-- Contract duration is approximately 360 calendar days. -- This
project is unrestricted -. The Standard Industrial Code is 1542 and the
annual size standard is $17.0 million. It is recommended that the
subcontracting goals reflect a minimum goal of 5% for Small
Disadvantaged Businesses. This procurement to be awarded to the
responsible offeror who submits the proposal considered most
advantageous to the Government considering the following evaluation
factors: "Price","Past Performance", and "Specialized
Experience/Qualifications. The following evaluation factors and
subfactors shall be used to evaluate the technical quality of the
proposals. The factors and subfactors are of equal importance. Factor
1 -- PRICE; Factor 2 -- PAST PERFORMANCE comprised of the following
subfactors 2.1 Delivering quality work in a timely manner at a
reasonable total cost as evidenced by previously completed projects of
similar scope and magnitude, 2.2 Effectiveness of management and
commitment to customer satisfaction, and 2.3 Degree of satisfaction
expressed by the customer when contacted.; Factor 3 -- SPECIALIZED
EXPERIENCE/QUALIFICATIONS comprised of the following subfactors 3.1 The
number and quality of projects completed in the past five (5) years,
with scope, magnitude, complexity and cost similar to the requirements
in this RFP, 3.2 Specialized experience and qualifications of key
personnel proposed, and 3.3 Capacity to perform within the required
schedule. SITE VISIT IS SCHEDULED ON DECEMBER 18 1997, with
participants to meet at 09:00 a.m. at the ROICC Office, Building 22101,
Marine Corps Base, Camp Pendleton, California. A PRE-PROPOSAL
CONFERENCE IS SCHEDULED ON DECEMBER 18, 1997 at 1:30 p.m. with
participants to meet at Southwest Division, Naval Facilities
Engineering Command, 1220 Pacific Highway, San Diego, California.
Participants must reserve seating a minimum of two (2) days in advance
of the conference date by contacting Rowena Galendez at (619) 532-1237
or Purita Gamos at (619) 532-3038.. -- This is not a public bid
opening. NOTE -- plans and specifications will NOT be maield to firms
within a 20 mile radius of the local San Diego area. Requests for
solicitation packages must be in writing stating RFP number
N68711-95-R-7624, with complete name, address, area code and phone
number and whether bidding as a prime/subcontractor/supplier. --
Solicitation packages may be personally acquired from Plan Issue or by
mail. Telephone requests will not be accepted. -- There will be a
charge for plans and specs that is yet to be determined. -- The fee
will be non-refundable. -- Plan Issue personnel will only accept
Visa/Master Card, cashiers checks and money orders as payment for plans
and specs. Mail requests with a cashiers check or money order payable
to DEFENSE AUTOMATED PRINTING SERVICE to Southwest Division, Naval
Facilities Engineering Command (Plan Issue), 1220 Pacific Highway,
Bldg. 132, San Diego, CA 92132-5187 or fax requests to (619) 532-2083.
-- Submit one (1) check per project. -- Solicitation packages are
limited to two (2) sets per prime and one (1) set per
subcontractor/supplier. -- Plans and specifications will be available
on or about 09 December 1997. (0328) Loren Data Corp. http://www.ld.com (SYN# 0097 19971126\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|