|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1998 PSA#2249Commanding 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 021299 POC Contract
Specialist: Barbara Green, Code 0211BG. Contracting Officer: L. R.
Fisk, Code 0211. THIS SOLICITATION IS HEREBY BEING ISSUED AS A 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 -- Management Approach. 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 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 $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 IISPECIFICATIONS.
CORRECTION: Please note the correction to whom your company check must
be made payable to "Superintendent of Documents". To obtain
Specifications you may charge to a Visa, Master Card, or Discover
Credit Card or make company check payable to "Superintendent of
Documents" 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 12/22/98 (W-SN282768).
(0356) Loren Data Corp. http://www.ld.com (SYN# 0124 19981224\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|