Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1998 PSA#2029

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Y -- BEQ PHASE IV, MCAS, BEAUFORT, SC SOL N62467-98-R-0690 DUE 032798 POC Technical Inquiries prior to bid opening MUST be submitted in writing to the address listed above or FAXED to (803)820-5853, Attn: Chris Cotton, Code 0212CC. The Contracting Officer for this solicitation is WJ Anonie. This RFP provides for the construction of a new 8,440 SM BEQ for 211 two-person rooms, with adjoining private bathroom. The construction shall consists of three story, reinforced concrete masonry block building with split-faced concrete block facing, pile foundation and precast concrete floors, sloped standing seam metal roof, thermally efficient windows and doors, HVAC, fire protection system, utilities, telephone system with intercom and PA, Cable TV connection. The project shall include lounges, laundry, storage, vending area, and mechanical equipment with Direct Digital Control (DDC), parking, paving, site improvement and demolition. The structure must be designed to meet the criteria imposed by Seismic Zone 3 conditions. Comprehensive Interior Design (CID) is required for this project. CID is the complete coordination of conventional furniture and furnishings with the building design. All sleeping rooms, administrative and common spaces, and exterior living spaces (patios) will be included. All furniture and furnishings will be specified by the Government. This contract will include the purchase of the specified furniture and furnishings from government sources, coordination, receipt of deliveries, warehousing/storage (when required), uncrating, assembly, installation, and cleanup. This procurement is formatted as a Request for Proposal (RFP) in accordance with the requirements designated by sections of the FAR 15.6 and P-68 for a negotiated procurement utilizing the recently authorized Two-Phase Design/Build selection procedures of FAR 36.3. 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 Performance (2) Technical Approach and (3) Small Business Subcontracting Effort. The highest rated proposers will advance to Phase II. The Government will ten request the Phase II proposal. Phase II: Qualified proposers will be evaluated on (1) technical proposal which will include (a) Technical Solution, (b) Personnel Qualification, (c) Building Envelope and (d) Small Business Subcontracting 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 proposers 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 FACTORABLE 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. The Solicitation Number is N62467-98-R-0690, BEQ PHASE IV, MCAS BEAUFORT, SC. TO ORDER SPECIFICATIONS: There is a $15.00 Non-Refundable Charge for each set of Specifications for Phase I. Additional charges will be set for Phase II. To obtain Specifications you may CHARGE you request to a CORPORATE VISA CREDIT CARD or make company check payable to US Treasury and sent to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, PO 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 internet address is www.chas.sebt.daps.mil and lists will be mailed not faxed. Forinquiries 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: Chris Cotton, Code 0212CC. Estimated cost is over $10,000,000. Receipt of Phase I qualifications is due 27 March 1998. Tentative date for Receipt of Phase II to those qualifying is 04 May 1998. (0037)

Loren Data Corp. http://www.ld.com (SYN# 0138 19980210\Y-0016.SOL)


Y - Construction of Structures and Facilities Index Page