|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Z -- NEW NAVY LODGE, NAVAL AIR STATION, BRUNSWICK, ME SOL
N62472-96-B-0461 DUE 092898 POC Michelle Donnelly, Contract Specialist,
610-595-0633. This is a Pre-Invitation Notice: The work provides for a
26 guest room Navy Lodge. The building two-story wood frame on spread
footings and slab-on-grade. Utilities include sanitary sewer,
electrical and telephone. The work also includes removal of a small
concrete slab and footings, a steam manhole, a stand of trees and
incidental related work. This solicitation also includes the following
proprietary items: light fixtures, towel shelf, H/C accessible shower
stall, tub enclosure, thru-wall heat pumps, bath fan light, cultured
marble vanity tops, electric card locks, commercial washer, commerical
dryer, ice machine, laundry chute, unit kitchens, ceramic tile, vinyl
wall covering, carpet, paint, vinyl base, plastic laminate, vinyl
composition tile and rubber treads and risers. Government will award a
contract resulting from this solicitation to the responsible proposer
whose proposal conforming to the solicitation, will be the lowest
price, technically acceptable offer, price and technical factors
considered. Technical factors to be evaluated are 1) Specialized recent
experience (within five years) in constructing and/or renovating
commercial lodging facilities (e.g. apartment complexes, townhouses,
military style bachelor quarters), 2)Past Performance, 3)The firms
proposed organizational structure and list of key personnel, their
qualification and prior experience on similar projects, 4)Schedule
identifying timeline and key milestones, and 5) Price. The Government
will utilize existing ACASS and CCASS data for past performance. The
RFP (Solicitation) will available on or about 28 August 1998. For plans
and specifications you mail in your request on company letterhead with
your complete address, telephone number and fax number along with a
Company check, Cashier's check or Money Order in the amount of $110.00
(THIS CHARGE IS NON REFUNDABLE) to: DEFENSE AUTOMATED PRINTING OFFICE,
BUILDING 4/D, ATTN ROY BOWSER, 700 ROBBINS AVE., PHILADELPHIA, PA
19111-5094. Each check must be made payable to the U.S. TREASURYand
annotated with the applicable solicitation number. Two sets of plans
and specifications will be sent via First Class Mail upon availability
to those contractors who have tendered payment. If a contract number
is not annotated as requires or your check is not made payable to the
U.S. TREASURY, your check will be returned unprocessed. NO CREDIT CARDS
OR PERSONAL CHECKS WILL BE ACCEPTED. NO PLANS AND SPECIFICATIONS WILL
BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. If you would like
information on the mailing of the solicitation package via expedited
courier service, please contact: MR ROY BOWSER AT (215) 697-6257. The
Government reserves the right to reject any and all proposals at any
time prior to award and to negotiate with any and all proposers.
Proposers are advised that it is intended to award without discussion
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. Estimated
cost range is $1,000,000 -- $2,500,000. The SIC code is 1522 and the
Small Business Size Standard of $17 million are applicable to this
contract. A subcontracting plan will be submitted prior to award.
Estimated contract duration is 300 days. The proposed contract
(solicitation) will be issued as unrestricted and is subject to the
evaluation criteria set forth in DFAR 252.219-7008 -- Notice of
Evaluation Preference for Small Disadvantaged Business Concerns --
Construction Acquisitions -- Test Program (APR 1996). (Per The Debt
Collection Improvement Act of 1996, the Defense Federal Acquisition
Regulation (DFAR) has been amended to require all contractors to
register in the Department of Defense (DOD) Central Contractor
Registration (CCR) Database. Be advised for solicitation issued after
May 31, 1998, failure to registered in the CCR makes an offeror
ineligible for award of DOD contracts. Information regarding this
registration may be obtained by accessing our web site at
http:/www.efdnorth.navfac.navy.mil or by referring to DFAR Subpart
204.73. Bidders/Offerors should submit vertification of their's firm's
registration in the DOD CCR Database with their Bid or Proposal. If
you need additional information, please contact Ms. Sheila Brown at
(610) 595-0639). For technical questions concerning the subject notice,
please faxed to Ms. Michelle Donnelly at (610) 595-0644. Posted
08/12/98 (I-SN236153). (0224) Loren Data Corp. http://www.ld.com (SYN# 0163 19980814\Z-0014.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|