Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

Regional Officer in Charge of Contract, Pearl Harbor, NAVFACENGCOM (R110), 4262 Radford Drive, Honolulu, HI 96818-3296

Y -- PHASE-TWO OF FY99 MCON PROJECT P-740, DESIGN AND BUILD OF BACHELOR ENLISTED QUARTERS AT THE MARINE CORPS BASE HAWAII, KANEOHE BAY, OAHU, HAWAII SOL N62742-98-R-1325 DUE 032999 POC Ms. June Turner, Contract Specialist, Mr. Ira Kight, Procurement Technician, Telephone No. (808) 474-5518, Facsimile No. (808) 474-7316 This is phase-two of the subject Request for Proposal (RFP). The subject solicitation is being procured using the Two-Phase Design/Build Selection procedures. Phase-one of the process is completed and the following offerors were determined to be most qualified: (1) Fletcher Pacific Construction Co., Ltd., 707 Richards Street, Suite 400, Honolulu HI 96813; (2) HND/Hawaiian Dredging-BEQK2, A Joint Venture, 614 Kapahulu Avenue, Honolulu HI 96815; and (3) M. A. Mortenson Co., 1099 Alakea St., Suite 1580, Honolulu HI 96813. ONLY THESE OFFERORS WILL SUBMIT PRICE AND TECHNICAL PROPOSALS. However, a hardcopy of the RFP will be available to other interested companies (i.e., subcontractors, suppliers, etc.). It is the intent of the Government to design and build 118 living units of quality bachelor enlisted quarters (BEQ) at the Marine Corps Base Hawaii, Kaneohe Bay, Oahu, Hawaii. The buildings shall include an administrative building and other support areas. The work includes the design and construction of a complete and usable project, consisting of the demolition of existing buildings, site improvements, new BEQ structures, and off-site work as required. This is a firm, fixed-price procurement. The following evaluation factors will be used in the selection of the firm: (1) Price and (2) Technical. The Technical evaluation factor is composed of (1) Factor A -- Building Design, (2) Factor B -- Proposer's Quality of Past Performance (phase-one evaluated rating), (3) Factor C -- Site Design and Engineering, (4) Factor D -- Building Engineering, Material, Quality and Maintenance, and (5) Factor E -- Small, Small Disadvantaged, and Women-Owned Small Business Subcontracting Plan. Source selection procedures will be used and award shall be made to the offeror whose proposal is the most advantageous and offers the best value to the Government; cost or price and other factors considered. The budget ceiling is $12,200,000. The SIC Code is 1522 with an annual size standard of $17,000,000. This procurement is UNRESTRICTED. The phase-two specification will be available on or about 19 February 1999 at a non-refundable charge of $123.14. Send your request to: Defense Automated Printing Service, Attn: Solicitation Printing, PO Box 126, Pearl Harbor, Hawaii 96860-5120. Checks shall be made payable to: Superintendent of Documents. If using company VISA, Mastercard, or Discover Card, provide cardholder's name, account no., and expiration date. Your request must state company name, mailing address, telephone number, facsimile number, RFP No., project title, and whether the RFP will be picked up at the ROICC, NAVFACENGCOM, Construction Contracts Division, 4262 Radford Drive, Honolulu HI 96818-3296. Mark front of the envelope with RFP No. Allow at least ten days for receipt of RFP. Companies wanting the RFP sent via air express service must furnish their express service's airbill label with the recipient's name, telephone no., company name, address, account no., and type of delivery filled in. If no airbill label is provided, the RFP will be mailed. Failure to provide any of the above information and check, may delay processing of the RFP. In addition, any requests received within ten (10) days prior to the receipt of proposals will be processed. However, there is no guarantee that the recipient will receive the solicitation before the date for submitting proposals. Individual checks and requests are to be submitted for each solicitation. Copies of planholders list may be requested by facsimile transmission at (808) 474-7316 or may be obtained by accessing the DAPS Web page at http://www.hawaii.wnbt.daps.mil. NOTICE TO ALL SOLICITATIONS ISSUANCE: Any request for solicitation(s) received within 10 working days prior to the bid opening date or request for proposal closing date will be processed in accordance with the above procedures. However, there is no guarantee that the recipient will receive the solicitation prior to the bid opening date or proposal closing date. Posted 02/17/99 (W-SN299294). (0048)

Loren Data Corp. http://www.ld.com (SYN# 0161 19990219\Y-0008.SOL)


Y - Construction of Structures and Facilities Index Page