|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,1999 PSA#2254Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- CHILD DEVELOPMENT CENTER (TWO-PHASE DESIGN/BUILD), MARINE CORPS
LOGISITICS BASE, ALBANY, GA SOL N62467-98-R-1050 DUE 030999 POC
Contract Specialist: Candice Borden, Code 0212CB fax at 843/820-5853.
Contracting Officer: W. J. Anonie, Code 0212. The cost for each set of
plans and specifications is $15.00 non-refundable. To order Plans and
Specifications you may charge to a Visa, Mastercard, or Discover
Credit Card or make your company check or money order payable to
"Superintendent of Documents" and send to: The Defense Automated
Printing Service, Attn: Paula Brooks, 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 contact, (2)A telephone number, and (3)A fax number. If
problems arise concerning your request, call Paula Brooks at
843/743-4040. To obtain a plan holders list FAX your request to
843/743-3027. Plan Holders List will be mailed (they will not be
faxed). Plan Holders List can be obtained from the Internet at
http://www.chas.sebt.daps.mil. For inquiries about Receipt of Proposal
or Number of Amendments Issued contact Susan Clark at 843/820-5775.
The work includes the design and construction of a Child Development
Center to accommodate 200 children. The new Child Development Center
will be sited adjacent to the existing Child Development Center and
shall have a physical link that will permit movement between the
existing building and new building without encountering the elements.
The two buildings will also share the kitchen facilities of the new
building. The solicitation for the acquisition of this new facility is
formatted as a 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 FAR 36.3. The Government will award a contract resulting
from this solicitation to the responsible offeror whose proposal
conforms to this solicitation that 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 evaluatedusing
the following factors: (A) Past Performance, with sub-factors of
(1)Design Team, (2) Construction Team;(B) Technical Qualifications,
with sub-factors of (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 "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;
(D) Small Business Subcontracting Effort; and Price Proposal. The
Government reserves the right to reject any or all offers at any time
prior to award; to negotiate with any or all offerors; to award the
contract to other than the offeror submitting the lowest 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 0212CB of
their intention to submit a proposal on the project as Prime Contractor
as early as possible but no later than 14 January 1999.This
notification must included 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 tentatively 365
calendar days for completion. The SIC Code for this project is 1542
(the standard industry amount is $17,000,000.00). Receipt of Phase One
is tentatively due 9 March 1999. 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. RESULTS OF
PROPOSALS WILL NOT BE MADE AVAILABLE. Posted 12/30/98 (W-SN284127).
(0364) Loren Data Corp. http://www.ld.com (SYN# 0065 19990104\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|