|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#2119SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- IMPLEMENT BEST MGMT PRACTICES, NALF, SAN CLEMENTE ISLAND SOL
N68711-98-R-5439 DUE 082598 POC POC: D. Steverson at 619-556-8932
DESCRIPTION OF WORK -- - This a Design-Build procurement. -- Work
includes repair of four storm water outfalls; drainage improvement on
the south side of the magazine area; installation of a wash rack/
recycling system at the existing vehicle wash rack; repair of the
ordnance bypass road; and repair of damaged slopes around the airfield
by revegetation with native plant species at the Naval Auxiliary
Landing Field (NALF), San Clemente Island (SCI), California. -- It is
the Government's intent to implement Best Management Practices (BMP) to
reduce or prevent pollutants in storm water discharges and authorized
non-storm water discharges, control sedimentation and erosion, and
enhance the habitat of the plant and animal species, which are unique
at San Clemente Island (SCI). -- The contract is to be awarded to the
responsible offeror who submits the proposal that is considered most
advantageous to the Government. Evaluation factors are (1) Past
Performance, (2) Technical Knowledge, (3) Price. -- Within the "Past
Performance" factor, are the following subfactors listed in descending
order of importance: (1A) Performance On Previous Contracts, (1B)
Experience in Comparable Projects, (1C) Subcontracting Effort, (1D)
Awards, Certifications. -- Within the "Technical Knowledge" factor are
three subfactors considered of equal importance to each other: (2A)
Hydrologist and Hydraulics Engineer Experience And Qualification, (2B)
Plant Ecologist (Botanist's, Biologist's) Experience And
Qualifications, (2C) Other Key Personnel Experience And Qualifications.
-- All evaluation factors other than cost or price when combined, are
significantly more important than cost or price. -- A site visit is
scheduled for 15 July 1998 and a preproposal conference is scheduled
for 16 July 1998. -- Details will be provided in the RFP under
Instructions to Proposers. -- The estimated cost is between $1,000,000
and $5,000,000. -- Firm Fixed Price Construction Contact. -- Contract
duration is 730 days.—Offers will be considered from all
responsible sources. -- This project is unrestricted. -- The standard
Industrial Code is 1623 and the annual size standard is $ 17 million.
-- This solicitation will be available on the Internet at address
http://ebsswd.wes.army.mil as an Electronic Bid Set (EBS). -- The
response time required by FAR 5.203 will begin on the date of issuance
of the EBS solicitation. -- Solicitation packages may be acquired by
registration at the Internet address listed above. -- Solicitation will
be available on or about July 7, 1998. (0167) Loren Data Corp. http://www.ld.com (SYN# 0133 19980618\Y-0003.SOL)
Y - Construction of Structures and Facilities Index Page
|
|