|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144Regional Officer in Charge of Contracts, Naval Facilities Engineering
Command, 4262 Radford Dr. Honolulu, HI 96818-3296, Code 0212 Y -- PHASE-TWO OF FY99 MCON PROJECT P-286, DESIGN AND BUILD OF
BACHELOR ENLISTED QUARTERS AT THE MARINE CORPS BASE HAWAII, KANEOHE
BAY, OAHU, HAWAII SOL N62742-97-R-1354 DUE 091198 POC Ms. Roxanne
Vannatta, Procurement Technician, Ms. Adele Murakami, Contract
Specialist, Telephone No. (808) 474-6325, Facsimile No. (808) 474-7316
This is phase-two of the subject Request for Proposal (RFP). The
subject solicitation is being procured using the Two-Phase Design/Build
Selection procedures. Phase-one of the process is completed and the
following offerors were determined to be most qualified: (1) Caddell
Construction Co., Inc., 2700 Lagoon Park Drive, Montgomery AL 36109;
(2) Fletcher Pacific Construction Co., Ltd., 707 Richards Street, Suite
400, Honolulu HI 96813; (3) HND/Hawaiian Dredging-BEQK2, A Joint
Venture, 614 Kapahulu Avenue, Honolulu HI 96815; and (4) J.A. Jones
Management Services, Inc., 6135 Park South Drive, Suite 250, Charlotte
NC 28210. ONLY THESE OFFERORS WILL SUBMIT PRICE AND TECHNICAL
PROPOSALS. However, a hardcopy of the RFP will be available to other
interested companies (i.e., subcontractors, suppliers, etc.). It is the
intent of the Government to design and build 204 living units of
quality bachelor enlisted quarters (BEQ) at the Marine Corps Base
Hawaii, Kaneohe Bay, Oahu, Hawaii. The buildings shall include an
administrative building and other support areas. The work includes the
design and construction of a complete and usable project, consisting
of the relocation of a backstop, construction of a wetland/water
quality basin, site improvements, new BEQ structures, and off-site work
as required. This is a firm, fixed-price procurement. The following
evaluation factors will be used in the selection of the firm: (1) Price
and (2) Technical. The Technical evaluation factor is composed of (1)
Factor A -- Building Design, (2) Factor B -- Proposer's Quality of Past
Performance (phase-one evaluated rating), (3) Factor C -- Site Design
and Engineering, (4) Factor D -- Building Engineering, Material,
Quality and Maintenance, and (5) Factor E -- Small, Small
Disadvantaged, and Women-Owned Small Business Subcontracting Plan.
Source selection procedures will be used and award shall be made to the
offeror whose proposal is the most advantageous and offers the best
value to the Government; cost or price and otherfactors considered. The
budget ceiling is $23,000,000. The SIC Code is 1522 with an annual size
standard of $17,000,000. This procurement is unrestricted. The
phase-two specification will be available on or about 29 July 1998 at
a non-refundable charge of $67.60. Send your request to: Defense
Automated Printing Service, PO Box 126, Pearl Harbor, Hawaii
96860-5120. Checks shall be made payable to: U.S. Treasury. If using
company VISA or Mastercard, provide cardholder's name, account no., and
expiration date. Your request must state company name, mailing address,
telephone number, facsimile number, RFP No., project title, and whether
the RFP will be picked up at the ROICC, NAVFACENGCOM, Construction
Contracts Division, 4262 Radford Drive, Honolulu HI 96818-3296. Mark
front of the envelope with RFP No. Allow at least ten days for receipt
of RFP. Companies wanting the RFP sent via air express service must
furnish their express service's airbill label with the recipient's
name, telephone no., company name, address, account no., and type of
delivery filled in. If no airbill label is provided, the RFP will be
mailed. Failure to provide any of the above information and check, may
delay processing of the RFP. In addition, any requests received within
ten (10) days prior to the receipt of proposals will be processed.
However, there is no guarantee that the recipient will receive the
solicitation before the date for submitting proposals. Individual
checks and requests are to be submitted for each solicitation. Copies
of planholders list may be requested by facsimile transmission at (808)
471-2604 or may be obtained by accessing the DAPS Web page at
http://www.hawaii.wnbt.daps.mil. Posted 07/22/98 (W-SN227208). (0203) Loren Data Corp. http://www.ld.com (SYN# 0128 19980724\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|