Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144

Regional 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