COMMERCE BUSINESS DAILY ISSUE OF JULY 20,2000 PSA#2646 Commander, Southern Division, Naval Facilities Engineering Command,
2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 Y -- MIW OPS SUPPORT FACILITY, (TWO-PHASE, DESIGN/BUILD), NAVAL
STATION, INGLESIDE, TX SOL N62467-00-R-0254 DUE 090100 POC Contract
Specialist: Rhonda Earney, Code 0211RE. Contracting Officer: L. R.
Fisk, Code 0211. This Solicitation is HEREBY being issued as an 8(a)
Set-Aside for firms RESTRICTED to the Texas Districts of the Lower Rio
Grande Valley, Houston, and San Antonio SBA districts. Interested
parties should down load Document 00150 requirements as soon as it
becomes available on or about 02 August 2000. This procurement will
consist of Two (2) Phases in accordance with FAR 36.3, Two-Phase Design
Build. The solicitation will be a Design/Build project of a Multi-Story
(7,903 square meter) building to include an administrative, classroom,
auditorium, library, vault, SCIF and support spaces, secure
communication systems, electrical and mechanical utilities, sanitary
sewer, paving, and site improvements. SPECIALIZED PROJECT REQUIREMENTS:
Communication System Design by a Registered Communications Distribution
Designer (RCDD); Fire Protection Engineering Services performed by a
registered fire protection engineer experienced with Mil Handbook 1008c
criteria for fire protection; design and construction of Sensitive
Compartmented Information Facilities (SCIF) in accordance with Director
of Central Intelligence Directive (DCID) 1/21, Physical Security
Standards for Sensitive Compartmented Information Facilities dated July
29, 1994. SUBMITTAL REQUIREMENTS: (1) Provide 8(a) Certification and
applicable district; (2) Provide resumes indicating the qualifications
of key personnel of the Design-Build Team to include principals
(design and construction), project manager (design and construction),
registered professionals for each design discipline (architect, civil
engineer, structural engineer, mechanical engineer, electrical
engineer, and fire protection), and sustainable design consultant that
demonstrate technical qualifications required to perform work similar
to that described above in the project description and specialized
project requirements; (3) Provide bonding capacity for $12,000,000; (4)
Provide design and construction past performance information on up to
three projects each completed within the last three years that best
reflects your firm's performance on work that is similar in scope,
size, and complexity to that described above in the project description
and the specialized project requirements -- Include awards, letters of
commendation, and points of contact with telephone numbers; and (5)
Provide a narrative that describes the Design-Build Team's internal
communication system used to insure a successful project. Phase I
Offerors will be evaluated on the following factors which are of equal
significance: Factor A -- Past Performance, (1) Design Team, (2)
Construction Team; Factor B -- Technical Qualifications, (1) Design
Team, (2) Construction Team; and Factor C -- Management Approach. The
most highly qualified offerors (up to five (5)) will advance to Phase
II. Phase II proposals will be required only from those firms selected
to participate in Phase II of the solicitation. Phase II Qualified
Offerors will be evaluated on both Technical and Price Proposals. All
Offerors must be registered in the Contractor's Central Registration
(CCR) in order to participate in this procurement. TO ORDER PLANS AND
SPECIFICATIONS: The Government intends to issue Phase I on the WEB
only. Phase I will be issued on or about 02 August 2000. Phase II --
Plans And Specifications information will be issued at a later date. To
obtain the Phase I solicitation, offerors must register on the Internet
at http://esol.navfac.navy.mil. Additional instructions will be
provided on the web page. The official planholders list will be
maintained and can be printed from the web site. Amendments will be
posted on 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 AMENDEMENTS
TO THIS SOLICITATION. For inquiries about Proposals Due or Number of
Amendments issued, contact Shirley Shumer at 843/820-5923. Technical
Inquiries must be submitted in writing 15 days before Proposals are Due
to the address listed above, or faxed to 843/818-6811, Attn: Rhonda
Earney, Code 0211RE. The estimated range is between $10,602,000.00 and
$11,780,000.00. The SIC Code for this solicitation is 1542: General
Contractors Nonresidential Buildings, Other than Industrial Buildings
and Warehouses. The Size Standard is $27,500,000.00. Posted 07/18/00
(W-SN476271). (0200) Loren Data Corp. http://www.ld.com (SYN# 0153 20000720\Y-0026.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on July 18, 2000 by Loren Data Corp. --
info@ld.com
|
|
|