|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1997 PSA#1999Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- STUDENT DORMITORIES & TRAINING SUPPORT FACILITY, KEESLER AFB,
BILOXI, MS SOL N62467-97-R-0866 DUE 012298 POC Technical inquiries
prior to bid opening MUST be submitted in writing to the address listed
above, or FAXED to (803)820-5853, Attn: Deborah Taylor, Code 0212DT.
The Contracting Officer for this solicitation is WJ Anonie. The work
includes the construction of three projects -- Project P-8001
(construction) and Project P-9000 (construction); and- Project P-9004
(design-build). Project P-9000 and P-9004 are option items subject to
Congressional action. Project P-8001 includes the basic project for the
construction of two (2) three story, 9,987 gross square meter masonry
dormitory buildings with individual toilets for each two-student room
and a common core area on each floor. The project includes road
relocation and parking lots. The project includes the demolition of one
(1) 14,000 square meter, 3-story masonry dormitory building. Project
P-9000 includes the construction of two (2) three story dormitory
buildings and demolition of two, as in the basic project, with the
addition of construction of a parade ground. Project P-9004 includes
the design and construction of one 4,700 square meter administrative
facility. Each project includes integrated site development, utility,
and incidental work to provide a complete andusable facility. Each
dormitory includes brick veneer with synthetic stucco accent panels and
a sloped standing seam aluminum roof. Trades include: fire sprinklers,
manual and automatic fire and smoke detection, gypsum wallboard walls
and ceilings, variable air volume space conditioning, plumbing,
mechanical, elevators, electrical, telephone raceways, data network,
CATV, lightning protection, landscaping with irrigation, recreation
courts, parking lots, sidewalks, streets, utilities connections,
hazardous materials abatement (asbestos and lead), and others. The
design of the administrative facility shall conform to criteria,
specifications, and layouts provided by the Government, and otherwise
as approved by the Government. There will be 180 calendar days from
contract award to exercise options 1 and 2. Except when it is
determined in accordance with FAR 17.206(b) not to be in the
government's best interests, the government will evaluate offers for
award purposes by adding the total price for all options to the total
price for the basic requirement. The Government will award a contract
resulting from this solicitation to the responsible proposer whose
proposal conforming to this solicitation will be the "BEST VALUE" to
the Government, price and technical factors considered. This
procurement will consist of Two (2) Phases. Phase I: Proposers will be
evaluated on: (1) Past Performanc and Experience, (2) Capability to
Perform, and (3) Small Business Subcontracting Effort. The highest
rated proposers, typically 3 to 5, will advance to Phase II. The
Government will then request the Phase II proposal. Phase II: Qualified
Proposers will be evaluated on: (1) Technical Proposal (which will
include (a) Past Performance, and (b) Past Experience, (c) Technical
Approach, (d) Design Factors and (e) Small Business Subcontracting
Effort), and (2) Price Proposal. 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 AN AWARD MAY
BE MADE WITHOUT DISCUSSION 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: There is a $ 152.00
Non-Refundable Charge for each set of Specifications. To obtain
Specifications you may CHARGE your request to a CORPORATE VISA CREDIT
CARD or make company check payable to US Treasury and send to: THE
DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX
71359, CHARLESTON, SC 29415 (FOR FEDERAL EXPRESS: THE DEFENSE AUTOMATED
PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE "D" NORTH,
CHARLESTON, SC 29408-1802). PLEASE INDICATE IF YOU ARE A PRIME
CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE: (1) A POINT
OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems
arise concerning your request, call RONNIE MITCHUM at 803/743-4040. To
obtain a plan holders list FAX your request to 803/743-3027. Plan
Holders list will be mailed. We cannot fax plan holders list. For
inquiries about Proposals Due or Number of Amendments issued, contact
Susan Clark at 803/820-5775. Technical Inquiries must be submitted in
writing 15 days before Proposals are Due to the address listed above,
or faxed to 803/820-5853, Attn: Deborah Taylor, Code 0212DT. Estimated
cost is between $50,000,000.00 and $70,000,000.00. Estimated duration
of the contract is 1000 days for completion. (0356) Loren Data Corp. http://www.ld.com (SYN# 0101 19971224\Y-0007.SOL)
Y - Construction of Structures and Facilities Index Page
|
|