Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

National Park Service, 600 Harrison Street, Suite 600, San Francisco, CA 94107-1372

Z -- RELEVELING OF THE U.S.S. ARIZONA MEMORIAL SHORESIDE FACILITY, PEARL HARBOR, HAWAII SOL N8050000006 DUE 090800 POC Gary C. Harris (415) 427-1332 (Voice) and (415) 427-1328 (Fax) E-MAIL: click here to contact the contracting officer via, gary_harris@nps.gov. The project consists of providing all labor, equipment, supervision, and material necessary to relevel the U.S.S. Arizona Memorial Shoreside Facility, Naval Station, Pearl Harbor, Oahu County, Hawaii. The principal features of the work include the following items: (1) The jacking up or down of various column and wall locations supporting the facility by the use of a hydraulic jacking system; (2) Providing a photo survey documenting all damage to the facility prior ro releveling; (3) Contractor shall repair any damage resulting from this work to a condition equal to or better than was existing at the start of the contract as demonstrated by the photo survey; (4) Repair or replacement of all items shown on the contract drawings including but not limited to spalled concrete, concrete pavement, concrete masonry, sliding doors sealants, ceramic tiles, plaster ceiling and painting; and (5) Heighten existing concrete masonry basement wall as shown on the contract drawings. The releveling work will be performed in the basement of the existing facility. Primary access to the basement is through a door approximately 7'-6" wide by 6'-0" high. The floor to ceiling height in the basement varies from approximately 6'-0" to 2'-6". Vertical clearance at the primary access is approximately 6'-0". Secondary access to the basement will be permitted at other basement opening for equipment leads as required. Also, there is ponding water in the basement. Contract duration is 120 calendar days. The price range is $100,000 to $250,000. This procurement will result in a firm fixed-price contract. The Standard Industrial Code (SIC) is 1542 and the annual size standard is $17.0 million. This procurement will be awarded to the responsible offeror whose offer represents the "best value" to the Government. The best value determination will be made on the basis of (1) quality and (2) price. The Government will assess the quality of each offeror on the basis of (1) its past performance; (2) its experience; (3) its qualifications and experience of key personnel and equipment; and (4) comprehensive workplan. The Government considers an offeror's quality to be equal to its price. In order to demonstrate quality of past performance and experience, provide a history of contracts and supporting documentation of past success with corporate management of hydraulic jacking construction projects similar in planning methodology, construction techniques and quality control tolerances required for this project. In order to demonstrate quality of key personnel and equipment, identify key personnel and equipment that will be used. Demonstrate the equipment is available to the contractor with operators having a minimum of three years of experience with the equipment. In order to demonstrate quality of its work plan, provide a comprehensive description of the proposed approach to accomplishing the work under this project. THE SITE VISIT IS SCHEDULED IB AUGUST 23, 2000 AT 10:00AM WITH PARTICIPANTS TO MEET AT THE U.S.S. ARIZONA MEMORIAL VISITOR CENTER. Requests for the solicitation package shall be in writing stating Request for Proposal Number N8050000006, with complete name, address, and area code and telephone number and facsimile number. Solicitation packages may be obtained from Contracting Office or be requested by mail or by fax. The fax number is (415) 427-1328. Telephone requests for the solicitation will not be accepted. Mail solicitation requests to the National Park Service, Pacific Great Basin Support Office, Contracting Team, 600 Harrison Street, Suite 600, San Francisco, California 94107-1372. A limited number of solicitation packages will be available on or about August 8, 2000 at no-charge and issued on a first-come-first-served basis. Only one solicitation package per company. Planholders list is only available through written request to the Contracting Office. Furnishing of planholders list via fax will not be available. Posted 07/25/00 (W-SN478496). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0302 20000727\Z-0038.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com