Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,1999 PSA#2254

Commanding 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