|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,2000 PSA#2530Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- WHOLE HOUSE REVITALIZATION-CAPEHART HOUSING, (TWO-PHASE
DESIGN/BUILD), NAVAL AIR STATION, MERIDIAN, MS SOL N62467-96-R-0875 DUE
032300 POC Contract Specialist: Janet Lietha, Code 0211JL. Contracting
Officer: L. R. Fisk, Code 0211 THIS SOLICITATION IS BEING ISSUED ON AN
"UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. This
design-build project consists of the design and revitalization of up to
160 enlisted housing units located in the Pine Crest neighborhood. The
base proposal shall include 120 units located in 60 buildings, 102
three bedroom and 18 four-bedroom units, with an option(s) for
additional three-bedroom units. These buildings include types C1,C2,
E1, and E2. Work will require exterior and interior renovations;
demolition and removal of existing materials including lead-based
paint, asbestos containing materials and other materials containing
environmental hazards. Units shall be gutted down to the wood framing
materials throughout unit interior. Improvements shall include the
redesign of the kitchen layout. Improvements shall include, but not be
limited to, replacement of windows, interior and exterior doors,
floors, ceilings, electrical system, HVAC system, and plumbing system.
Work shall include repair of cracked floor slabs and repair of termite
damage. Of the units to be renovated, four three-bedroom units and two
four-bedroom units shall be constructed to be adaptable to accommodate
physically challenged occupants. The project range is between
$5,000,000 and $10,000,000. The estimated time for completion is 945
days. Proposals will be evaluated using Two Phase Design-Build source
selection procedures which will result in the award of a firm-fixed
price design-build contract to the responsible proposer whose proposal,
conforming to the solicitation, is the "Best Value" to the Government,
price and technical factors considered. Phase I of the procurement
process is a narrowing phase to approximately 3-5 offerors
(design-build teams) based on design-build factors that include: Past
Performance, Small Business Subcontracting Effort, Technical
Qualifications, and Management Approach. Phase I design-build factors
relate to the project identified above. Only those offerors selected in
Phase I will be allowed to proceed into Phase II. In Phase II, the
qualified offerors will be required to submit technical and price
proposals for the project. The Phase II technical proposal will require
preparation of a limited design solution for the project; Small
Business Subcontracting Effort; and other factors that define the
quality of construction. Price proposals may include total price, and
a completion schedule adjustment. The Phase I RFP will be available
around 22 February 2000. Phase I proposals will be due around 23 March
2000. The exact date will be stipulated in the RFP. 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 THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD
WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED.
Therefore, proposals should be submitted initially on the most
FAVORABLE terms. Proposers should not assume that they will be
contacted or afforded an opportunity to qualify, discuss, or revise
their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL
NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. The Government
intends to issue the Phase I solicitation through the use of the
Internet only. The Phase I solicitation will be posted on the
NAVFACENGCOM web-site, http://www.esol.navfac.navy.mil. Offerors must
register on this web-site. The entire Phase II solicitation, including
the plans and specs, will be posted on the Internet for viewing and
downloading, although the download time may be excessive. The official
planholders list will be maintained and can be printed from the
web-site. Amendments will be posted on the web-site for downloading.
This will normally be the only method of distributing amendments;
therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE
PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Copies of a
compact disk (CD ROM) of the Phase II plans and specifications may be
purchased from the Defense Automated Printing Service (DAPS). If
problems arise concerning receipt of the CD ROM, contact Paula Brooks
at (843) 743-4040. For inquiries about the date/time for receipt of
proposals or the number of amendments, contact Shirley Shumer at (843)
820-5923. Technical inquiries prior to Request for Proposals must be
submitted in writing 15 days before proposals are due to the address
listed above, e-mailed to liethajg@efdsouth.navfac.navy.mil, or faxed
to (843) 818-6882, Attn: Janet Lietha, Code 0211JL. Results of
proposals will not be available. The SIC Code is 1521: General
Contractors Residential Buildings, Single-Family Houses. The Size
Standard is $17,000,000.00. Posted 02/02/00 (W-SN421073). (0033) Loren Data Corp. http://www.ld.com (SYN# 0102 20000204\Y-0003.SOL)
Y - Construction of Structures and Facilities Index Page
|
|