Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2001 PSA #2975
SOLICITATIONS

Y -- PROJECT XDAT 99-4033, REPLACE FAMILY HOUSING, PHASE 1 AT TRAVIS AIR FORCE BASE, FAIRFIELD, CA

Notice Date
November 7, 2001
Contracting Office
Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006
ZIP Code
94066-5006
Solicitation Number
N62474-01-R-6034
Response Due
February 1, 2004
Point of Contact
Diana Gustafson, Contracting Officer at (650) 746-7471
E-Mail Address
click here to contact the contracting officer via (gustafsond@efawest.navfac.navy.mil.)
Description
It is the intent of this solicitation to contract for all labor, material and equipment to site-adapt, design-build, 118 units of family housing at Travis Air Force Base, Fairfield, CA. The Government will provide unit drawings and unit specifications taken from another project. The unit drawings are approximately 80% complete for the purposes of this solicitation. The successful contractor will be required to conduct his own Geotechnical survey, complete the design / drawings for select unit type(s), and revise the remaining unit drawings in accordance with the RFP. The Government will also provide concept (approximately 35% design) site work, site utility, and landscape drawings. The successful contractor will be required to site-adapt the Government furnished units, and complete the site work, site utility and landscape design, including the development of relevant specification sections, in accordance with the RFP design criteria. The project includes demolition of 117 units of existing single-family housing, comprised of 75 two-bedroom units and 42 three-bedroom units. Existing houses are single story, slab on grade, wood frame construction. Unit demolition involves asbestos and lead based paint abatement. Site demolition includes roads, curbs, gutters, site utilities, driveways, patio slabs, other flat work, fences, and select landscape features. New work includes earthwork, grading, site work, site utilities, and construction of 118 one and two story, duplex, three and four bedroom, family housing units. This is a firm-fixed price contract. The estimated cost range is between $10,000,000 and $20,000,000. The construction contract will be awarded using competitive negotiation procedures and based on best value to the government using the trade-off process. This procurement is unrestricted. The NAIC Code is 233210 (former SIC Code 1521) and the related small business size standard is $27.5M. The contract will be awarded to the firm providing the proposal with the best value to the Government using factors outlined in the solicitation: (1) Past Performance; (2) Corporate and Key Personnel Experience; (3) Commitment to Small Business; and (4) Proposed Key Features and Equipment. THE GOVERNMENT WILL ISSUE THIS SOLICITATION THROUGH THE INTERNET. Plans and specifications will NOT be directly provided in a paper hard copy format or CDs. Notification of any changes to this solicitation will be made ONLY on the Internet site. It is, therefore, the contractor's responsibility to check the below listed Internet site daily for any posted changes in this solicitation's plans and specifications which will be available on or about 30 Nov 2001. Contractor response to factors (1) and (2) above will be due approximately 4 January 2002 with the complete proposal including factors (3) and (4) due approximately 17 January 2002. Download from the Internet is free of charge; however, the plans and specifications may take time to download. The address for downloading this solicitation from the Internet is http://esol.navfac.navy.mil. The official plan holders list will be maintained on, and can be printed from this Internet site. All prospective offerors must register as plan holders on the Internet site for this project. Each company must include its name, address, phone number, and e-mail address, identify whether the firm is a prime, sub, or supplier, and indicate whether firm is a large, small, small disadvantaged, or women-owned business. Plan centers are also required to register. Pre-proposal inquiries must be submitted via E-mail to Diana Gustafson at gustafsond@efawest.navfac.navy.mil.
Web Link
click here to download a copy of the RFP (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20011109/YSOL012.HTM (W-311 SN5125J9)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 8, 2001 by Loren Data Corp. -- info@ld.com