|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1996 PSA#1747SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA
92132-5187 Y -- P-053, BACHELOR ENLISTED QUARTERS 52 AREA, MARINE CORPS BASE CAMP
PENDLETON, CA SOL N68711-95-R-7801 DUE 021997 POC For Plans and Specs
info call 619-532-2082/Contract Specialist, Mike Larson/Contracting
Officer, Katherine G. Luhmann. Sources sought to design, engineer and
construct a Bachelor Enlisted Quarters at 52 Area, Marine Corps Base,
Camp Pendleton, California. The work includes site demolition and the
design, engineering and construction of a complete and usable
three-story concrete masonry Open Bay Barracks facility consisting of
project structures, building systems, equipment, finishes, fixtures,
all necessary site improvements, and off-site work as well. The
contract is to be awarded to the responsible offeror who submits the
proposal considered most advantageous to the Government considering
"Price" and "Technical" evaluation factors. The following evaluation
criteria has been established: (1) Past Performance of the Design/Build
Team with the following subfactors: (1.1) Delivering quality work in a
timely manner at a reasonable total cost. (1.2) Reputation for
effectiveness of management and commitment to customer satisfaction.
(1.3) Actual similarity of experience to this Bachelor Enlisted
Quarters Project in scope, dollar value, and complexity. Factor (2):
Design and Construction with the following subfactors: (2.1) Building
design to include floor plan design, exterior appearance, building
structural design, and building mechanical design, (2.2) Site design
and engineering to include site design, compliance with site design
requirments, and site engineering and utilities considerations, (2.3)
Building engineering, material quality and maintenance to include
quality and durability of materials and construction, quality of
mechanical systems, quality of electrical system, and maintainability
of the project. (2.4) Energy performance, life cycle cost and recycle,
recyclable material considerations to include enery efficiency and
life cycle cost for the efficiency and life cycle cost for the
facility, energy efficiency and life cycle cost for appliances and
equipment, and consideration for recycled and recyclable materials and
environmentally sensitive design. Factor (3): Experience and
qualifications of Contractor/A-E/Subcontractor to include the following
subfactors: (3.1) Qualifications and past performance record of the
entire Design/Build Team (including the Prime Contractor/Developer, the
prime design Architect-Engineer Firm, and other subcontractors) shall
be evaluated based on the following: (1) The team has completed in the
past ten years other projects of similar magnitude in scope,
complexity and cost, (2) The team having completed the past projects in
a timely manner, with minimum change orders, delay and other problems.
(3.2) Qualification of the Prime Contractor -- For the projects
provided by the offeror, evaluated by the following: (1) Contractor has
successfully completed past projects similar to the subject project in
dollar value and complexity. Were the projects completed on or ahead
of schedule? Percent of work accomplished by the offeror's own forces,
degree of satisfaction expressed by the customer when contacted. (3.3)
Qualification of the Architect/Engineer (A-E) firm: (1) Experience in
design of similar projects (i.e., design and construction of multiple
housing units), (2) Satisfactory performance in past similar projects
when owners/owner's agents are contacted. (3) Specialized
qualifications of design personnel to be assigned to this project. Key
personnel must be registered, demonstrate familiarity with the State
of California Building Codes, and have experience with similar
projects. Factor (4): Scheduling for the project with the following
subfactors: (4.1) Schedule summary network diagram of the project which
shows activity dependencies and duration, (4.2) Description of what is
considered to be critical path activities, and proposed solutions to
overcome or mitigate the critical tasks in the project. Factor (5):
Subcontracting effort with the following subfactors: (5.1) Past
Performance, (5.2) Subcontracting percentage values, (5.3) Services
and/ or products to be subcontracted to various business. A pre-proosal
conference shall be held on February 6, 1997 at 10:00 A.M. in the Blue
Room at the Naval Facilities Engineering Command, Southwest Division,
1220 Pacific Highway, San Diego, California 92132. Participants must
reserve seating a minimum of two days in advance of the conference date
by contacting Mike Larson at (619)532-3368. This is not a public bid
opening. The estimated cost is between $5, 000, 000 and $10, 000, 000.
Firm Fixed Price Design and Construction Contract Proposals will be
considered from all responsible sources. This project is unrestricted.
The standard industrial code is 1522 and the annual size standard is
$17 million. It is recommended that the subcontracting plan goals
refelct a minimum goal of 5% for Small Disadvantaged Business
Subcontracting efforts. Potential bidders should request in writing
stating RFP number N68711-95-R-7801, with complete name, address, area
code, and phone number and whether bidding as a
prime/subcontract/supplier. There will be a charge for plans and specs.
This amount will be determined before RFP's are available. Checks are
to be made out to DEFENSE PRINTING SERVICE. FEES ARE NOT FEFUNDABLE.
Mail requests to Southwest Division, Naval Facilities Engineering
Command, Plan Issue, 1220 Pacific Highway, Building 132, San Diego, CA
92132-5187. Please fax requests to (619) 532-2083, however, requests
will not be processed until your check has been received by this
office. Submit one (1) check per project. Solicitation packages are
limited to two (2) per prime and one (1) per subcontractor/supplier.
Drawings produced using CAD software and RFP text using work processing
software are available via the SWDIV Bulleting Board System (BBS)
through the use of a modem. Individual drawing files are compressed
into a single self-extracting DOS based .EXE file. Upon sownloading,
the file should be executed from a local hard disk, causing the
individual .DWG files to uncompress automatically without the need for
special software. Note that drawings not produced using CAD software
are not included and some substitutions for fonts and menus may be
necessary to access the files. Files will be found in a directory C: d
pub on the SWDIV Bulletin Board (619) 532-1779 or on the FTP server at
ftp.efdswest.navfac.navy.mil/P053RFP1.EXE. Disclaimer: These data files
are copies of the original document files used to prepare the Request
for Proposal (RFP) package, the government does not guarentee that
these data files are free of errors or omissions. In the event of any
discrepancies between these data files and the RFP, the RFP documents
control. The user agrees that the Government will not be liable to the
user for any damages arising from the use of employes, and agents
harmless from any damages caused by the user's name or these data
files. Downloading of these files evidences acceptance of this
agreement by the user. Issue date of RFP/BBS on or about January 17,
1997. (0354) Loren Data Corp. http://www.ld.com (SYN# 0095 19961223\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|