Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1999 PSA#2357

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

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION SERVICES FOR SURVEY SOL N62467-99-R-0926 DUE 062599 POC Contract Specialist: Lauri Newkirk-Paggi, Code 0232LNP. Contracting Officer: Robert J. Meddick, Code 0232 This solicitation is set aside for the 8(a) Program. Estimated closing for Phase I proposals is 25 June 1999. This procurement is for award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract to the responsible proposer whose proposal, conforming to the RFP, will be most advantageous to the government resulting in the Best Value, cost or price and other factors considered. The work is primarily for Studies and Removal of Asbestos and for Lead-Based Paint Abatement for the area of responsibility of Southern Division, Naval Facilities Engineering Command. There will be 2 seed projects for contract award. The first will consist of furnishing all labor, equipment, materials, tools, services, testing, supervision, transportation, and incidentals necessary to perform the work preparing a detailed survey, inventory and damage assessment of friable asbestos-containing material (ACM) located in on Base Housing Quarters 400-441 and Officer Quarters A-R. These services are associated with the Navy s Base Realignment and Closure (BRAC) process. The A&E shall prepare more a detailed cost estimates for the abatement of friable ACM identified. The gross square footage of the on Base Housing is approximately 114,000 square feet and the Officer Housing has a gross square footage of approximately 45,000 square feet; Naval Air Station, Cecil Field, FL. The second project will be an Asbestos project. The exact location will be identified at a later date. The contract will be for one base year and four (4) one (1) year options. Each option year is estimated at $4,000,000.00. Total estimated value for all three contracts is not to exceed $20,000,000.00. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on (1) Corporate Experience and Past Performance; (2) Financial and Management Systems; (3) Capability of Key Personnel. The highest rated proposers, a maximum of eight proposers, will advance to Phase II. The government will then request the Phase II proposal. Phase II: Qualifiedproposers will be evaluated on (1) Management and Technical Approach and (2) Cost/Price for the seed projects. 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 proposers 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 FAVORABLE terms. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL BE NOT BE COMPENSTED. The minimum guarantee of $10,000.00 will be met for the first of the Delivery Order. THIS SOLICITATION IS HEREBY BEING ISSUED IN ACCORDANCE WITH SECTION 8(a) OF THE SMALL BUSINESS ACT. To order specifications: the government intends to issue this solicitation exclusively through the Internet. The entire solicitation is available for viewing and downloading at http://www.efdsouth.navfac.navy.mil/eb/. Prospective offerors are encouraged to register themselves on the web site. The official plan holder's list will be maintained and can be printed from the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about Proposal Due Date or Number of Amendments issued, contact Lauri Newkirk-Paggi at 843/820-5696. Technical inquiries must be submitted in writing 5 days before Proposals are Due to the address listed above, or faxed to 843/820-5848, Attn: Code 0232LNP. Posted 05/27/99 (W-SN336765). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0149 19990601\Z-0014.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page