|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Y -- DESIGN/BUILD SERVICES FOR NEW NAVY LODGE AND NAVY EXCHANGE
ADDITION AT NEWPORT, RI SOL N62472-99-R-0056 DUE 100799 POC Lou
DiGeambeardino, Contract Specialist, 610-595-0828. This is a
Pre-Solicitation Notice: The contract will provide for Design/Build
services for a new Navy Lodge and an Addition to the Navy Exchange at
Newport, RI. This project will be funded with non-appropriated funds.
The Department of Navy (DON) intends to issue a Request for Proposals
(RFP) utilizing a two-phase design/build selection process based on
best value to the Government. Phase-One evaluation will be based on the
following factors of equal importance: 1)Past Performance, 2)Management
Approach, 3)Technical Experience, Expertise, and Qualifications, and 4)
Commitment to Small Business Concerns. Offerors will be required to
provide information for both their construction team, as well as their
design team under these factors. Based on its evaluation of the
Phase-One, the DON will invite up to five (5) offerors judged best
qualified for this project to participate in Phase-Two. Phase-Two will
consist of Price and Technical proposals which are approximately equal
in importance. Phase-Two technical proposals will be evaluated based on
the following factors: 1) Site Layout and Appearance, 2) Building and
Unit Layout and Appearance, 3)Building and Supporting Facilities
Systems Solutions, and 4)Project Schedule. In Phase-Two technical
factors and sub-factors are equal in importance. The work includes the
construction of a two-level, 50-unit, center corridor Navy Lodge. The
lodge will be approximately 31,000 SF. The lodge shall include a
lobby, front desk area, administration and housekeeping offices, guest
laundromat, maid's laundry, vending areas, laundry/linen, bulk and
maids' storage areas, telephone, electrical and mechanical rooms. Each
unit will contain a living and sleeping area with kitchenette, private
bath and through wall heating-cooling unit. The lodge will also require
fire protection, security alarms, mechanical and electrical
distribution systems, sanitary and storm water utility systems, site
work with area lighting, sidewalks, landscaping and parking for 82
vehicles. Demolition of existing parking lot is required. This new Navy
Lodge has been sited near the Navy Exchange across the street from the
Family Service Center. The Navy Exchange Addition shall include an
approximate 8,000 SF, 2-story building addition. Additional first floor
area will be expanded retail selling space. The second floor will house
relocated exchange administrative offices. An elevator is required for
handicapped access. The project also includes converting existing
first floor administrative space into retail space installing an
outdoor garden shop canopy, a new ceramic tile raceway, and electric
doors and upgrading interior finishes and lighting. The existing main
entry vestibule shall be enclosed. Install electric doors. Estimated
cost range for this project is between $5,000,000 -- $10,000,000.
Estimated contract award date is February 2000 and the estimated
construction completion date is July 2001. The SIC Code is 1542 and the
size standard is $17.0 million are applicable to this contract. The
solicitation will be issued as Unrestricted. The Government intends to
issue this Request for Proposals on or about 7 September 1999 and the
date for receipt of Phase-One proposals is on or about 7 October 1999
at 4:00 p.m., at Northern Division, Naval Facilities Engineering
Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090.
In accordance with FAR 5.102(a)(7), availability of the solicitation
will be limited to the electronic medium. Plans and Specifications will
NOT be directly provided in a paper hard copy format or CD ROM. The
address for downloading this solicitation from the Internet is:
http://www.efdnorth.navfac.navy.mil/code02.hmtl. Downloading from the
Internet is free of charge, however, some plans and specifications will
take a considerable amount of time to download. All prospective
offerors are encouraged to register on the Northern Division Internet
ebs web site for this project when plans and specifications become
available. Official Planholders will be maintained on and can be
printed from the website. Planholders lists will not be faxed and will
only be available from the website. Contractors interested in
obtaining notification when the Request for Proposal package is
electronically posted on the Internet may fax to Ms Sheila Brown at
(610) 595-0644 on your company letterhead the following information:
Solicitation Number and Title of Project, Complete Address, Point of
Contact, Area code and phone number, Area code and fax number, E-mail
address, identify whether the firm is a prime contractor,
sub-contractor or supplier, indicate whether the firm is a small
business, small disadvantaged business, large business and if the firm
is a women owned business. Recording companies and Blueprint companies
are also required to forward their information via fax. Notification of
any changes to this solicitation (amendments) shall be made only on the
Internet. It is therefore the contractor's responsibility to check the
internet site daily for any posted changes to the solicitations, which
will be available on or about 07 September 1999. Per the Debt
Collections Improvement Act of 1996, the Defense Federal Acquisition
Regulation Supplement (DFAR) has been amended to require all
contractors to register in the Department of Defense (DOD) Central
Contractor Registration (CCR) Database. Be advised for solicitations
issued after May 31, 1998, failure to register in the CCR makes an
offeror ineligible for award of DOD contracts. Information regarding
this registration may be obtained by accessing our website at
http:/www.efdnorth.navfac.navy.mil. or by referring to DFARS Subpart
204.703. Offerors should submit vertification of their firm's
registration in the CCR Database with their proposal. (Many firms and
commercial printing services have the capability to print the RFP and
RFP planholders list off the internet) A pre-proposal conference will
be held approximately two weeks after issuance of the RFP. It is
anticipated that the Phase-One Proposals will be due on or about 4
October 1999. FAX technical questions concerning this project to Lou
DiGeambeardino at (610) 595-0644. Posted 08/13/99 (I-SN367499). (0225) Loren Data Corp. http://www.ld.com (SYN# 0143 19990817\Y-0003.SOL)
Y - Construction of Structures and Facilities Index Page
|
|