Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24, 2001 PSA #2773
SOLICITATIONS

Y -- AMPHIBIOUS OPERATIONS MAINTENANCE/STORAGE COMPLEX SMALL CARFT COMPANY, HEADQUATERS BATTALION, 2ND MARINE DIVISION, MARINE CORPS BASE, CAMP LEJEUNE, JACKSONVILLE, NORTH CAROLINA

Notice Date
January 22, 2001
Contracting Office
Commander, LANTNAVFACENGCOM, 1510 Gilbert Street, Norfolk, VA 23511-2699 (Attn: Code AQ22)
ZIP Code
00000
Solicitation Number
N62470-99-R-9152
Response Due
April 9, 2001
Point of Contact
Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist, Brenda A. Perkins, 757-322-8257
E-Mail Address
Construction Contract N62470-99-R-9152 (PerkinsBA@efdlant.navfac.navy.mil)
Description
This project solicits a Best Value Source Selection construction contract. The contract will provide the construction of four buildings on a site of approximately ten acres at the Courthouse Bay Boat Basin. One two-story Operations/Maintenance Building totaling 34,621 square feet. The first floor will house the following functions: Supply, Communications, Armory, Platoon Offices and work spaces, Boat and Vehicle Maintenance, HAZMAT and Battery Storage, Rubber Repair, Zodiac Storage, a Quarterdeck and mechanical/electrical support spaces. The second floor will house the administration functions and Training Room. Two Covered Boat Shelters that are single story in structure and total 13,063 square feet. One shelter covers the Raiders (future SURCs) and the other covers the RACs. The fourth structure is the HAZMAT and Bladder Storage Building. The Contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the specifications. Requirements for the Source Selection criteria factors are as follows: (1) Past Performance -- Subfactors (1a) Past Performance; (1b) Safety and Health Rating; (2) Corporate Experience Subfactor (2a) Relevant Experience; (3) Support for Small Business Program Subfactors (3a) Past Performance; (3b) Subcontracting Plan Effort; (4) Quality Control and Key Personnel -- Subfactors (4a) Quality Control; (4b) Key Personnel; (5) Proposed Schedule; and Price. Offerors will be evaluated on both technical and price proposals. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price; and to award to the proposer 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. Proposers should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the proposers will be afforded the opportunity to revise their proposals. The Request for Proposals will be issued approximately 7 March 2001. The receipt date of Proposals is approximately 9 April 2001. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format on CD ROM. The free Acrobat Reader, required to view the PDF files, is provided on the CD or can be downloaded from the Adobe website. A charge will be made for each CD. The cost is $12.50 for the CD. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U. S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to Ms. Priscilla Schaefer at 757-444-5968. A copy of the planholder's list can be obtained on the internet at www.norfolk.sebt.daps.mil. Technical inquiries shall be faxed to 757-322-8264, Attention: Brenda A. Perkins, Code AQ221. The Estimated Cost Range is between $5,000,000 and $10,000,000. The Standard Industrial Classification (SIC) Code for this project is 23331 with a Size Standard of $27,500,000. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract.
Record
Loren Data Corp. 20010124/YSOL011.HTM (W-022 SN50B4D2)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 22, 2001 by Loren Data Corp. -- info@ld.com