|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1999 PSA#2460Commander, Lantnavfacengcom, 1510 Gilbert Street, Norfolk, VA
23511-2699 (attn: Code 0222) Y -- TARAWA TERRACE II HOUSING REPLACEMENT, MARINE CORPS BASE, CAMP
LEJEUNE, NORTH CAROLINA SOL N62470-97-R-7111 DUE 120899 POC Printing
Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist,
Sharon A. Taylor, 757-322-8258 E-MAIL: Click here to contact Ms. Sharon
A. Taylor, Taylorsa@efdlant.navfac.navy.mil. This project solicits a
Two Phase-Design/Build construction contract for demolition of existing
housing and construction of 200-400 2 and 3 bedroom new townhouse units
at the Tarawa Terrace II area of MCB Camp Lejeune, North Carolina.
Exterior living area to include privacy fencing, exterior storage sheds
and landscaping. Site improvements may include modifications to
existing infrastructure as required for construction of the new family
housing units. As part of the technical proposal, a master development
plan for the Tarawa Terrace I and II 1845 unit complex shall be
developed. New townhouse units will reflect the scheme presented in the
master plan. The contractor shall provide all labor, supervision,
engineering, materials, equipment, tools, parts, supplies and
transportation to perform all work described in the specifications.
Requirements for the technical Source Selection criteria factors are as
follows: PHASE ONE FACTORS: (1)Corporate Experience; sub-factors 1A.
Relevant Experience (1A1) Construction Team, (1A2)Design Team; 1B. Key
Personnel, (1B1) Construction Team, (1B2)Design Team;(2)Past
Performance, 2A. Teams Past Performance, (2A1) Construction Team (2A2)
Design Team; (2B) Experience Modification Rating, (2B1) Construction
Team (2B2)Design Team; (3) Small Business Subcontracting Effort;
sub-factors 3A. Past Performance, 3B. Subcontracting Plan Effort. PHASE
ONE EVALUATION CRITERIA WILL ADDRESS TECHNICAL ONLY, PRICE WILL NOT BE
A CONSIDERATION DURING THIS PHASE. PHASE TWO FACTORS: (A) Technical
Solutions; subfactors (1) Design Solution Narratives, (2) Concept floor
plans, elevations, and site plans, (3) Master plan for Tarawa Terrace,
(4) Proposed schedule, (5) sustainable Design Features. (B) Price. A
maximum of five offerors selected during PHASE ONE will advance to
PHASE TWO. Offerors will be evaluated on both technical and price
proposals during this phase. Overall technical and price factors will
be equal in significance. The government reserves the right to reject
any or all proposals prior to award; to negotiate with any or all
proposers; to award the contract to other than 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 AN AWARD MAY BE MADE IN PHASE TWO WITHOUT DISCUSSION OR ANY
CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume
they will be contacted, or afforded the opportunity, to qualify,
discuss, or revise their proposals. However, the government may contact
proposers for the purpose of clarifying aspects of their proposal. The
government also reserves the right to enter into discussions if deemed
necessary, and if discussions are conducted the proposers will be
afforded the opportunity to revise their proposals. The Request for
Technical Proposals for PHASE ONE will be issued approximately 8
November 1999. The receipt date for Phase I Technical Proposals is
approximately 8 December 1999 at 2:00 p.m. Price proposals for PHASE
TWO will be requested after the competitive range has been established.
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 will be made for
each CD. The cost is $12.50 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 planholders' list can be
obtained on the internet at www.norfolk.sebt.daps.mil. Technical
inquiries shall be faxed to 757-322-8264, Attention: Sharon A. Taylor,
Code 02223. The Estimated Cost Range is between $10,000,000.00 and
$25,000,000.00. The Standard Industrial Classification (SIC) Code for
this project is 1522 with a Size Standard of $17,000,000.00. This
project is not set aside for small business. Large businesses shall
submit a subcontracting plan prior to award of the contract. Funding
for this project is available in the amount of $24 million dollars.
Posted 10/20/99 (W-SN393362). (0293) Loren Data Corp. http://www.ld.com (SYN# 0151 19991022\Y-0002.SOL)
Y - Construction of Structures and Facilities Index Page
|
|