|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,2000 PSA#2513Northern Division Naval Facilities Engineering Command, 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 N62472-00-R-0013 DUE 031400 POC Lou
DiGeambeardino, Contract Specialist, 610-595-0828 SUBJECT: Y --
DESIGN/BUILD SERVICES FOR NEW NAVY LODGE AND NAVY EXCHANGE ADDITION AT
NEWPORT, RI SOL N62472-00-R-0013 DUE 100799 POC Lou DiGeambeardino,
Contract Specialist, 610-595-0828. This is a Pre-Solicitation Notice:
Contractors interested in obtaining notification when this Request for
Proposal package is electronically posted on the Internet or if issued
by CD-Rom must register on the "Solicitation Registration" Section by
going to the Website www.efdnorth.navfac.navy.mil, by going to the left
under Table of Contents click on "Contract and Bid Opening Information,
click on "Contract Information" click on "Planned Solicitation, click
on the Solicitation number then scroll down to Solicitation
Registration, input your firm's information and click on Register
Contractor after completing these steps, your firm is now listed on the
planholder's list. Please 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 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.
General Description: 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 May 2000 and the estimated
construction completion date is June 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 14 Feb 2000 and the date
for receipt of Phase-One proposals is on or about 14 March 2000 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 or CD-Rom. Plans and
Specifications will NOT be directly provided in a paper hard copy
format. The address for downloading this solicitation from the Internet
is: www.efdnorth.navfac.navy.mil or if issued on a CD-Rom there will be
a charge posted. Downloading from the Internet is free of charge,
however, some plans and specifications will take a considerable amount
of time to download. Official Planholders will be maintained on and
can be printed from the website. Planholders lists will not be faxed
and will only be available through the website. 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. 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
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 the website at www.ccr2000.com 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. Please FAX
questions concerning this project to Lou DiGeambeardino at (610)
595-0644. Posted 01/07/00 (W-SN414201). (0007) Loren Data Corp. http://www.ld.com (SYN# 0110 20000111\Y-0007.SOL)
Y - Construction of Structures and Facilities Index Page
|
|