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