|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1998 PSA#2243Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- AFLOAT TRAINING GROUP FACILITY (TWO-PHASED DESIGN/BUILD), NAVAL
STATION, MAYPORT, FL SOL N62467-98-R-1078 DUE 020399 POC Contract
Specialist: Barbara Green, Code 0211BG. Contracting Officer: L. R.
Fisk, Code 0211. THIS PRE-SOLICITATION IS BEING ADVERTISED AS 100%
SET-ASIDE FOR SMALL BUSINESS (SB) CONCERNS. The work includes the
design and construction of a two-story addition to Building 1842 with
CMU walls on spread footings, reinforced concrete floors, steel roof
trusses and single membrane roof. Provide fire sprinklers, air
conditioning, classified material vault, and freight elevator. Make
alterations to Building 1842 conditioning, to include HVAC, interior
electrical and exterior doors to accommodate floor plan changes.
Provide new corridor and opening for communications between new
addition and existing building. Provide water, sewer, electric power,
communications, stormwater control, parking, access road, sidewalks,
and landscaping. 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 will be evaluated based on the following factors:
FACTOR A -- Past Performance; FACTOR B -- Technical Qualifications
(1)Design and (2)Construction; and FACTOR C -- Technical Solution. 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; and 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 termof 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 $10.00
Non-Refundable Charge for each set of Specifications. THIS CHARGE
APPLIES TO SPECIFICATIONS FOR PHASE I ONLY. THERE WILL BE A SEPARATE
AND DIFFERENT AMOUNT NON-REFUNDABLE CHARGE FOR PHASE II SPECIFICATIONS.
To obtain Specifications make company check payable to US Treasury and
send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM,
SUITE "B", 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-1802). PLEASE
INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC.
PLEASE INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE NUMBER, AND (3) A
FAX NUMBER. If problems arise concerning your request, call RONNIE
MITCHUM at 843/743-4040. To obtain a plan holders list FAX your request
to 843/743-3027. Plan Holders list will be mailed. We cannot fax plan
holders list. You may obtain a Plan Holders List from the Internet at
http://www.chas.sebt.daps.mil. For inquiries about Proposals due dates
or Number of Amendments issued, contact Shirley Shumer at
843/820-5923. Technical Inquiries must be submitted in writing 15 days
before Proposals are due to the address listed above, or faxed to
843/820-5853, Attn: Barbara Green, Code 0211BG. Estimated cost is
between $1,000,000.00 and $5,000,000.00. Estimated duration of the
contract is 350 calendar days for completion. The Standard Industry
Code for this solicitation is 1542: General Contractors --
Nonresidential Buildings, Other Than Industrial Buildings and
Warehouses. The Size Standard is $17,000,000.00. Proposal Results will
not be made available. Posted 12/14/98 (W-SN279975). (0348) Loren Data Corp. http://www.ld.com (SYN# 0108 19981216\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|