Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362

OICC Norfolk, NAVFACENGCOM Contracts, Building Z-140, Room 309, 9324 Virginia Avenue, Norfolk, VA 23511-3689

Z -- AIR OPERATIONS FACILITY, NAVAL STATION, NORFOLK, VIRGINIA SOL N62470-98-R-8057 DUE 071999 POC Contract Specialist, Joycelyn Sharp-Clark, 757-322-4479 The work consists of providing an Air Operations Facility, Naval Station, Norfolk, Virginia. The Contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation, to complete construction as generally described as follows: A two-story steel framed administrative building and cast-in-place concrete Air Traffic Control Tower (ATCT). totaling approximately 1998M2. The height of the ATCT to the top of the cab is approximately 30M (seven floors and a tower cab). The foundation is structural slab supported on reinforced concrete grade beams supported by pre-cast concrete piles. The exterior walls are a combination of architectural pre-cast panels, cast-in-place walls and insulated aluminum panels. The roof is standing seam metal. Interior partitions of the administrative building are metal stud and painted gypsum board. Interior partitions of the control tower are painted CMU. Additional interior finishes include carpet, ceramic tile, suspended acoustical tile ceilings. Building systems include HVAC with direct digital controls, power, plumbing. elevator(s), computer access floor, sprinkler with fire pump, fire alarms, UPS, emergency generator, lighting, communication and lightning protection. Site work includes primary power, transformers, fiber, relocation of existing telephone communications hub, lighting, water, sanitary, paving (including new and replacement aircraft pavements), minor site demolition and possible building demolition that includes asbestos and lead abatement. Project includes directional drilling under the airfield runway/taxiways to create a power and communications duct bank system. This contract will require construction on and near an active military airfield. Construction scheduling will have to account for restrictions of work in danger/safety zones. The restrictions will be included in the RFP. This is an RFP which requires the submission of Technical and Price Proposals. The requirements for the technical Source Selection criteria factors are as follows: Factor A Corporate Experience; Factor B Past Performance; Factor C Support for the Small Business Program. For purposes of evaluation of offers the technical factors, when combined, are as important as the price. 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 proposer 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. PROPOSERS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The Request for Technical Proposals will be issued on 28 June 1999. The receipt date of technical proposals is 19 July 1999 at 2:00 p.m. Price proposals will be requested by amendment from those contractors submitting technical proposals. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format on CD-ROM. The free Acrobat Reader, required to view the PDF files, is provided on the CD or can be downloaded from the Adobe website. A charge of $12.50 will be made for each CD. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to Ms. Priscilla Schaefer at 757-444-5968. A copy of the planholder's list can be obtained on the internet at www.norfolk.sebt.daps.mil. The estimated cost range is between $5,000,000.00 and $10,000,000.00. The Standard Industrial Classification (SIC) Code for this project is 1542 with a Size Standard of $17,000,000.00. This project is not set aside for small business. Posted 06/04/99 (W-SN339481). (0155)

Loren Data Corp. http://www.ld.com (SYN# 0135 19990608\Z-0015.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page