|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126SOUTHWESTNAVFACENGCOM, 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 Deniese Steverson, Contract Specialist
at (619) 556-8932 This is 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 Navy 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 sumits a 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 Qualification, (2C) Other Key
Personnel Experience and Qualifications. -- All evaluation factors
other than cost and 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 $1,000,000.00 and $5,000,000.00. -- Firm
Fixed Price Construction Contract. -- 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. In accordance with FAR
5.102(a)(7) availability of the solicitation will be limited to the
electronic medium; solicitation will be available for download free of
charge via the Internet World Wide Web at
http://www.efdswest.navfac.navy.mil. -- hard copies (paper sets or
CD-ROM of solicitation will not be provided by the Government. -- The
official plan holders list will be maintained on and can be printed
from the website. -- All prospective offerors and plan rooms are
encouraged to register as plan holders on the website. -- All
prospective offerors and plan rooms are encouraged to register as plan
holders on the website. -- Plan holders lists will not be faxed and
will only be available from the website. -- Registering offerors and
plan rooms must provide a complete name, complete mailing address and
area code and phone number, offeror type (prime contractor, sub
contractor, supplier or plan room), email address and size (large
business, small business, small disadvantaged business, women owned
small business or other). -- Notification of any changes (amendments)
to the solicitation will be made only on the Internet. -- It will be
the contractor's responsibility to check the website for any posted
changes. -- Tentative issue date is on or about 7 July 1998 with an
opening/receipt date approximately thirty days later. Posted 06/25/98
(0176) Loren Data Corp. http://www.ld.com (SYN# 0102 19980629\Y-0015.SOL)
Y - Construction of Structures and Facilities Index Page
|
|