|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Z -- REPAIR TEST CELL BUILDING 679, MCAS MIRAMAR, CALIFORNIA SOL
N68711-97-R-8206 DUE 042799 POC Donald Wiles, Contract Specialist
(619)532-3709, Dorothy I. LeStage, Contracting Officer (619)532-1301
WEB: CLICK HERE TO DOWNLOAD A COPY OF THE RFP,
http://www.efdswest.navfac.navy.mil/. E-MAIL: CLICK HERE TO CONTACT
CONTRACTING POC VIA E-MAIL, wilesdr@efdsw.navfac.navy.mil. DESCRIPTION
OF WORK -- The work includes repairs to a jet engine test cell
(concrete and masonry repair, painting of structure, repairs to
acoustical system and supporting structures, repair of acoustical
doors, replacement of thermocouples in the control system, construction
of preservation oil system skid and shed, provision of instrumentation
boom and T.V. monitoring system) and other related work, including
four Option Items (Option Item 0001 -- Secondary Monitoring Camera,
Option Item 0002 -- Front Area Paving Demolition & Concrete Pavement,
Option Item 0003 -- Back Area Paving Demolition & Concrete Pavement,
Option Item 0004 -- Perimeter Area Earthwork & New A.C. Pavement). The
work shall be located at the activity (MCAS Miramar, San Diego,
California). The exact location will be indicated by the Contracting
Officer. The contract is to be awarded to the responsible offeror who
submits the proposal considered most advantageous to the Government
considering Factor 1 -- Past Performance (Subfactor 1.1 -- Past
performance of Prime Contractor, Subfactor 1.2 -- Subcontracting
Effort); Factor 2 -- Technical/Management, (Subfactor 2.1 -- Past
Experience, Subfactor 2.2 -- Key Personnel, Subfactor 2.3 -- Capacity
to Accomplish the Work, Subfactor 2.4 -- Project Specific Work
Plan/Sequence of Operations) and Factor 3 -- Price. When the proposal
is evaluated as a whole, Factors 1 and 2 (Past Performance and
Technical/Management) combined are approximately equal to Factor 3
(Price). The importance of price will increase if offerors in the
competitive range are considered essentially equal in terms of
technical capability, or if a price is so significantly high as to
diminish the value of technical superiority to the Government. Site
Visit will be scheduled for Tuesday, 13 April 1999 from 9:00 a.m. to
11:00 a.m. at the ROICC Office, Building 2257 Marine Corps Air Station,
Miramar. Immediately following the Site Visit, a Pre-Proposal
Conference will be held from11:00 a.m. to 12:00 p.m. at the same
location. Proposers who wish to inspect the work on site and attend the
Pre-Proposal Conference may do so by contacting Lance Smith at (619)
577-4587. Key subcontractors are encouraged to attend. Only one Site
Visit will be offered. For additional information, please contact Don
Wiles at (619) 532-3709, or fax your inquiries to (619) 532-2469,
attention Don Wiles (Code 5N02.DW). -This is not a public bid opening.
-The estimated cost is between $1,000,000.00 and $5,000,000.00. -Firm
Fixed Price Contract is anticipated. -Contract duration is
approximately 285 calendar days. -Proposals will be considered from all
responsible sources. -This project is unrestricted. -The Standard
Industrial code is 1542 and the annual size is $17 million. It is
recommended that subcontracting goals reflect a minimum goal of 40% for
Small Business, 25% for Small Disadvantaged Business and 8% for Woman
Owned Small Businesses Subcontracting effort. In accordance with FAR
5.102(a)(7), availabilityof the solicitation will be limited to the
electronic medium; solicitation will be available for download free of
charge via the Internet World Wide Web at
http://www.efdswest.navfac.navy.mil -- Hard copies (paper sets) or
CD-ROM of solicitation will not be provided by the Government.-The
official plan holders list will be maintained and can be printed from
the website.-All prospective offerors and plan rooms are encouraged to
register as plan holders on the website.-Plan holders lists will not
be faxed and will only be available from the website.-Registering
offerers and plan rooms must provide a complete name, complete mailing
address, area code and phone number, Offerer type (prime contractor,
subcontractor, supplier or plan room), email address and size (large
business, small business, small disadvantaged business, woman owned
small business or other).-Notification of any changes (amendments) to
the solicitation will be made on the Internet.-It will be the
contractor's responsibility to check the website for any posted
changes.-Tentative issue date is on or about 29 March 1999 with an
opening/receipt date approximately 27 April 1999. Posted 03/12/99
(W-SN307987). (0071) Loren Data Corp. http://www.ld.com (SYN# 0144 19990316\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|