|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1998 PSA#2153Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- TWO -- PHASED DESIGN/BUILD MAGNETIC SILENCING FACILITY (MSF),
NAVAL SUBMARINE BASE, KINGS BAY, GA SOL N62467-98-R-1021 DUE 091898 POC
Contract Specialist: Rhonda Earney, Code 0211RE. Contracting Officer:
L. R. Fisk. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN
"UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work
includes the design and construction of a Sedimentation Control System
for the Magnetic Silencing Facility (MSF), Naval Submarine Base, Kings
Bay, GA. The Sedimentation Control System consists of pumps, valves,
piping, nozzles and a controller to enhance the velocity of each
outgoing tide and prevent the deposit of the sediment that enters the
MSF with the tide. The slip area of the MSF is 6400 SQM. The Shoaling
Rate is five (5) feet per year at operational depth. The project
involves waterfront construction, dredging and dredging management,
underwater mechanical/electrical utilities requiring diving experience
for installation. Connection to a supervisory control and data
acquisition system of a Sedimentation Control System is required. The
system design and construction shall be coordinating with the local
environmental requirements. The Government will award a contract
resulting from this solicitation to the responsible offeror whose
proposal conforming to the solicitation will be the "BEST VALUE" to the
Government, price and technical factors considered. This procurement
will consist of two (2) Phases. Phase I -- Offerors will be evaluated
based on the following factors: FACTOR A -- Past Performance; FACTOR B
-- Technical Qualifications (1) Design (2) Construction; FACTOR C-
Management Approach; FACTOR D -- Small Business Subcontracting Effort.
The highest rated offerors, 3 to 5 offerors but not to exceed five,
will advance to Phase II. The Government will then request Phase II
proposals. Phase II: Qualified Proposers will be evaluated on: FACTOR
A -- Past Performance (as previously done in Phase I; FACTOR B --
Technical Qualifications (Same as Phase I unless revised); FACTOR C --
Technical Solutions; FACTOR C -Small Business Subcontract Effort;
FACTOR D -- Price Proposal. In addition to the Base Price Proposal, the
Offeror will be required to provide a proposed Modification/Change
Order percentage rates for Field Overhead, Home Office Overhead, and
Prime's Overhead on Subcontractors and the Prime's Profit. The change
order markup cost elements are awarded as part of the contract and will
be used as the markups for both additive and deductive modifications
after award for the term of the contract for both the prime and
subcontractors. 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 offeror 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. OFFERORS ARE ADVISED THE GOVERNMENT INTENDS TO EVALUATE
PROPOSALS AND AWARD WITHOUT DISCUSSIONS IF POSSIBLE. Therefore,
proposals should be submitted initially on the most favorable terms.
Offerors should not assume 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. FOR SPECIFICATIONS: There is a $15.00 non-refundable
charge for each set of specifications. THIS CHARGE APPLIES TO
SPECIFICATIONS FOR PHASE I ONLY. THERE WILL BE A SEPARATE AND DIFFERENT
NON-REFUNDABLE CHARGE FOR PHASE II SPECIFICATIONS. To obtain
Specifications make a company check payable to the U.S. Treasury and
send to: The Defense Automated Printing Service, Attn: Ronnie Mitchum,
P. O. Box 71359, Charleston, SC 29415. FOR FEDERAL EXPRESS: THE
DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE "B",
2825 AVENUE "D", CHARLESTON, SC 29408-1802. Estimated construction cost
is between $2.2m and $2.5m with funds available of $2.3m. Posted
08/04/98 (W-SN232608). (0216) Loren Data Corp. http://www.ld.com (SYN# 0132 19980806\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|