Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,2000 PSA#2513

Northern 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