|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- TWO-PHASE DESIGN BUILD RESERVE TRAINING BUILDING, NAS, WINDY HILL
SITE, ATLANTA, GA SOL N62467-98-R-1093 DUE 100898 POC POC: Agnes
Copeland, Code 0212 FAX # (843) 832-5853 PRESOLICITATION NOTICE: THE
COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $10. THE POINT OF
CONTACT IS RONNIE MITCHUM AT 843/743-4040,Ext, 18. THIS CHARGE IS
NON-REFUNDABLE. To obtain plans and specifications you may send company
check payable to US Treasury and send to the DEFENSE AUTOMATED PRINTING
SERVICE, ATTN: RONNIE MITCHUM, P O BOX 71359, CHARLESTON, SC 29415 OR
FOR DIRECT OR EXPRESS MAIL DELIVERY, ADDRESS YOUR REQUEST TO SUITE B
2825 AVENUE D. NORTH CHARLESTON, SC 29408-1802. Please indicate if you
are a Prime Contractor, Subcontractor, Supplier, ETC. Please also
include (1) A Point of Contract, (2) A Telephone Number, and (3) a FAX
Number. If problems arise concerning your request, call RONNIE MITCHUM
at 843/743-4040, Ext. 18. To obtain a plan holders list FAX your
request to 843/743-3027. Plan Holders List will be mailed. Plan Holders
List can be obtained from the Internet at
http://www.chas.sebt.daps.mil. For inquiries about RECEIPT OF PROPOSAL,
NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (843) 820-5775. The
work includes the design and construction of a new building minimum 18,
030SF. The project includes office spaces, an assembly hall, and a
Avenger maintenance facility, and related work. Also included is the
demolition of facility 1102, a radar dome currently used for storage.
The solicitation for the acquisition of this new facility is formatted
as an Request for Proposals (RFP) in accordance with the requirements
designated by Federal Acquisition Regulation (FAR) Part 15 for
negotiated procurements utilizing Two-Phase Design-Build Selection
Procedures of FAR 36.3. The Government will award a contract resulting
from this solicitation to the responsible offeror whose proposal
conforms to this solicitation will be the "BEST VALUE" to the
Government, price and technical factors considered. This procurement
will consist of Two Phases. Phase One is to determine which offerors
will proceed to Phase Two. In Phase One offerors, will be evaluated
using the following factors; (A) Past Performance, with sub-factors of;
(1) Design Team, (2) construction Team; (B) Technical Qualifications,
with sub-factors; (1) Design Team, (2) Construction Team; (C)
Management Approach; and (D) Small Business Subcontracting Effort,
applies to small and large business. The highest rated offerors will be
selected and requested to submit Phase Two proposals. The maximum
number shall not exceed five unless the contracting officer determines
that a number greater than five is in the Government's interest. The
Government will amend the solicitation to request Phase Two technical
and cost proposals from only the selected offerors. Phase Two is to
determine the "BEST VALUE" to the Government. Offers will be evaluated
on the following factors; (A) Past Performance (same as Phase One);
(B) Technical Qualifications (same as Phase One); (C) Technical
Solutions, with sub-factors; (1) Team Identification, (2) Design
Solution narratives, (3) Conceptual Site Plans, (4) conceptual Building
Designs, (5) Sustainable Design Features; (D) Small Business
Subcontracting Effort; and Price Proposal. The Government reserves the
right to reject any or all offers at any time prior to the award; to
negotiate with any or all offerors; to award the contract to other than
the offeror submitting the lowest total price; and to award to the
offeror submitting the proposal determined by the Government to be the
most advantageous to the Government. OFFERORS ARE ADVISED THAT AN
AWARD MIGHT BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE
PROPOSALS SUBMITTED. Offers should be submitted in the most FAVORABLE
TERMS. Offerors should not assume that they would be contacted or
afforded an opportunity to qualify, discuss, and/or revise their
proposals. FIRMS SUBMITTING PRICE AND TECHNICAL PROPOSALS WILL NOT BE
COMPENSATED FOR SUBMITTED SPECIFICATION OR DOCUMENTATION. The proposed
acquisition listed herein is being considered for 100% Set-Aside for
Small Business Concerns. Interested Small Business concerns should
notify this office in writing, Attn: Code 0212AC of their intention to
submit a proposal on the project as Prime Contractor as early as
possible but no later than 04 Sept 98. This notification must include
the name of the design and construction firm proposed on this project;
evidence of capacity to obtain required bonds and specific information
which demonstrates the capability to perform projects of this
complexity and magnitude; complete information concerning management
experience in similar work and financial status. If adequate interest
is not received from Small Business Concerns, the solicitation will be
issued on an unrestricted basis. In either event, an amended synopsis
will be issued indicating set-aside decision, and proposal due date.
Estimated cost of project is $1,000,000 to $5,000,000. Estimated
duration of the contract is 365 calendar days for completion. The SIC
Code for this project is 1542. Receipt of Phase One is tentatively due
on 08 Oct 98. Disclosure of sources selected to proceed to Phase Two
is prohibited IAW FAR 3.104. The receipt date for Phase Two proposals
will be established by amendment at a later date.**** Posted 08/25/98
(W-SN241443). (0237) Loren Data Corp. http://www.ld.com (SYN# 0177 19980827\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|