|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1998 PSA#2153Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- TWO-PHASE DESIGN-BUILD, ADDITION TO HANGAR 5, NAS ATLANTA,
MARIETTA, GA SOL N62467-98-R-1039 DUE 082598 POC For technical
inquiries, FAX 803/820-5853 Attn: A. COPELAND 0212AC. Contracting
Officer for this solicitation is William J. Anonie. SOLICITATION
NOTICE: The Southern Division Naval Facilities Engineering Command and
the Field Office Southern Division Naval Facilities Engineering
Command at the Naval Air Station, Atlanta, GA, will host a PreProposal
Conference to provide information on a new Two-Phase Design Build
(construction and design services) project for an Addition to Hangar
Five, NAS, Atlanta, Marietta, GA. This project is slated for award in
the first half of FY-99. The conference will be held on Wednesday, 12
August 1998, from 1:00 PM to 3:00 PM at the Naval and Marine Corps
Reserve Center, South Cobb Parkway, Marietta, GA. Agenda topics include
project requirements and proposal requirements. Design/Build methods
represent a significant change in the way construction and design
services will be contracted for in the future. This contracting tool
provides opportunity for increased partnering with design and
construction contractors and customers, streamlined design process,
rapid resolution of design questions during construction, and overall
decreased time to deliver the final product. This conference is
intended to provide the contracting community with the opportunity to
discuss project and proposal requirements. Construction
Architect/Engineer, and Design/Build firms are highly encouraged to
attend this informational conference. Interested parties should contact
Marsha Tyson, Field Office SODIV, NAS, Atlanta at (770) 919-6686, FAX
# (770) 919-6800 or E-mail to mrtyson@sdivroicc,navfac,navy.mil by
Friday, 07 August 1998. Please RSVP for the conference and provide your
telephone, and/or fax number and E-mail address (if available). The
work includes design and construction of a new construction of an
addition to Hangar Five at the Naval Air Station Atlanta in Marietta.
The work shall include integrated site development and all incidentals
related work to provide a complete and usable facility. This is a
2,590 square meter addition. Work consist of a steel frame construction
with masonry veneer, concrete floor, fire protection system, interior
acoustical ceiling, maintenance shops, storage areas and
air-conditioned office areas. Exterior construction will include
aircraft and vehicle parking, utilities and aircraft tie-downs. The
solicitation for the acquisition of this new facility is formatted as
an Request for Proposals (RFP) in accordance with the requirements
designated by Federal Acquisition Regulation (FAR) Part 15 for
negotiated procurements utilizing Two-Phase Design-Build Selection
Procedures of FAR 36.3. The Government will award a contract resulting
from this solicitation to the responsible offeror whose proposal
conforms to this solicitation will be the "BEST VALUE" to the
Government, price and technical factors considered. This procurement
will consist of Two Phases. Phase One is to determine which offerors
will proceed to Phase Two. In Phase One offerors, will be evaluated
using the following factors; (A) Past Performance, with sub-factors of;
(1) Design Team, (2) construction Team; (B) Technical Qualifications,
with sub-factors; (1) Design Team, (2) Construction Team; (C)
Management Approach; and (D) Small Business Subcontracting Effort,
applies to small and large business. The highest rated offerors will be
selected to submit Phase Two proposals. The maximum number shall not
exceed five unless the contracting officer determines that a number
greater than five is in the Government's interest. The Government will
amend the solicitation to request Phase Two technical and cost
proposals from only the selected offerors. Phase Two is to determine
the "BEST VALUE" to the Government. Offers will be evaluated on the
following factors; (A) Past Performance (same as Phase One); (B)
Technical Qualifications (same as Phase One); (C) Technical Solutions,
with sub-factors; (1) Team Identification, (2) Design Solution
narratives, (3) Conceptual Site Plans, (4) conceptual Building Designs,
(5) Sustainable Design Features; (D) Small Business Subcontracting
Effort; and Price Proposal. The Government reserves the right to reject
any or all offers at any time prior to the award; to negotiate with any
or all offerors; to award the contract to other than the offeror
submitting the lowest total price; and to award to the offeror
submitting the proposal determined by the Government to be the most
advantageous to the Government. OFFERORS ARE ADVISED THAT AN AWARD
MIGHT BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE
PROPOSALS SUBMITTED. Offers should be submitted in the most FAVORABLE
TERMS. Offerors should not assume that they would be contacted or
afforded an opportunity to qualify, discuss, and/or revise their
proposals. FIRMS SUBMITTING PRICE AND TECHNICAL PROPOSALS WILL NOT BE
COMPENSATED FOR SUBMITTED SPECIFICATION OR DOCUMENTATION. There is a
$20.00 Non-Refundable Charge for each copy of the Phase One
solicitation. To obtain a copy of the solicitation you may CHARGE your
request against a CORPORATE VISA CREDIT CARD or submit a company check
payable to the US Treasury and remit to: THE DEFENSE AUTOMATED PRINTING
SERVICE, ATTN: RONNIE MITCHUM, PO BOX 71359, CHARLESTON, SC 29415.
Submission by EXPRESS MAIL SERVICES should be sent to THE DEFENSE
AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE
"D" NORTH, CHARLESTON, SC 29408-1802. Your request should include (1)
a Point of Contact, (2) a Telephone Number, and (3) a Fax Number. If
problems arise concerning your request please contact Ronnie Mitchum at
(843) 743-4040. To obtain a plan holder's list you may submit a letter
to Ronnie Mitchum or a Fax to (843) 743-3027. Plan Holders lists will
only be mailed. Plan holder's list is available on the Internet at
http://www.chas.sebt.daps.mil. Inquires about Proposal Due Dates or
Number of Amendments issued contact Susan Clark at (843) 820-5775. All
Technical Inquires must be submitted in writing 15 days before
Proposals are due. Submit to the address listed above or Fax your
questions to (843) 820-5853, Attn: Agnes Copeland, code 0212AC.
Estimated cost of this project is between $1,000,000 and $5,000,000.
Receipt of Phase One is due on 25 Aug 1998. Disclosure of sources
selected to proceed to Phase Two is prohibited in accordance with FAR
3.104. The receipt date for Phase Two proposals will be established by
amendment. Posted 08/04/98 (W-SN232285). (0216) Loren Data Corp. http://www.ld.com (SYN# 0150 19980806\Y-0022.SOL)
Y - Construction of Structures and Facilities Index Page
|
|