Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

Y -- DESIGN BUILD (TWO-PHASE) WHOLEHOUSE REVITALIZATION, FORRESTAL VILLAGE-PHASE 10 & HALSEY VILLAGE-PHASE 3, NTC GREAT LAKES, IL

Notice Date
January 30, 2001
Contracting Office
CO ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088-5600
ZIP Code
60088-5600
Solicitation Number
N68905-00-R-0218
Response Due
March 12, 2001
Point of Contact
Ms. Lolita L. Batis-McCoy, Contract Specialist, 847-688-2600 X122
E-Mail Address
Contact the Contract Specialist via email. (batisll@efdsouth.navfac.navy.mil)
Description
Reference is made to Commerce Business Daily notices dated 12/04/00-Submission #508004 and 1/02/01-Submission #509923 for the subject project. Phase I is hereby concluded and the following offerors have been selected to proceed to Phase II. PROPOSALS WILL ONLY BE ACCEPTED FROM THESE OFFERORS: (1) Dick Pacific Construction/American Renovation Company, POC: Mr. Tony Dethloff, President, 3645 Camino Del Rio South, San Diego, CA 92180, Telephone No. 619-284-1168 or FAX# 619-284-8120; (2) Joseph J. Henderson & Son, Inc./C.H. Guernsey & Company, POC: Mr. Michael Henderson, 4288 Grand Avenue, Gurnee, IL 60031, Telephone No. 847-244-3222 or FAX# 847-244-9572; (3) Blinderman Construction Company, Inc., POC: Mr. David Blinderman, 707 Lake Cook Road, Suite 310, Deerfield, IL 60015-4933, Telephone No. 847-564-2800 or FAX#847-564-3245; and (4) The Pickus Companies/Harza Architects and Engineers, Inc., POC: Mr. James Pickus, Executive Vice President, 1220 Grand Avenue, P.O. Box 710, Waukegan, IL 60085-3716, Telephone No. 847-336-5490 or FAX #847-336-9913. If you are a contractor, subcontractor, supplier or manufacturer, please contact the POCs listed for each company in order to offer any business opportunities and to help these Prime Contractors in meeting their small business subcontracting effort/goals (i.e. small business, small disadvantaged business, woman-owned small business, veteran-owned small business, and HUBZone firms). The Phase II RFP is hereby issued 1/29/2001; Phase II proposals due date is scheduled for 2:00 p.m., Central Time, 3/12/2001. The pre-proposal conference/site walk is scheduled for 9:00 a.m. on February 21, 2001 at the Engineering Field Activity Office, 201 Decatur Avenue, Great Lakes, IL 60088. Phase II proposals will be evaluated on the Offerors' revised technical proposal and a price proposal. Technical and price factors will be considered equally important. The technical factors are as follows: (A) Past Performance and Relevant Project Experience (same as Phase I unless conditions have changed), (B) Technical Solutions includes: (B1) design solution narratives, (B2) conceptual site plans, (B3) conceptual building designs, (B4) phasing plan and schedule, (B5) sustainable design effort, and (B6) Durability/Maintainability/Quality of Materials and (C) Small Business Subcontracting Effort. The estimated budgeted/cost is $20-30 million. General Description: FORRESTAL VILLAGE/PHASE 10-The work includes, but is not limited to, selective demolition, hazardous material removal, design, construction, whole-house revitalization, limited site work improvements, and incidental related work to 179 Capehart units contained in 77 buildings. Hazardous material work includes the removal and disposal/recycling of asbestos, lead-based painted building components, PCB lighting ballasts, and recycling of smoke detectors and fluorescent lamps. Site work includes, but is not limited to, the replacement, or repair of, existing housing unit sidewalks, asphalt driveways, exterior stairs, exterior concrete patios, privacy screen fences and lateral infrastructure. HALSEY VILLAGE/PHASE 3-The work includes, but is not limited to, selective site demolition, hazardous material removal, design, construction, whole-house revitalization, limited site work improvements, and incidental related work to 27 housing units contained in 18 2-story wood-framed buildings. Hazardous material work includes removal and disposal/recycling of asbestos, lead-based painted building components, PCB lighting ballasts, and the recycling of smoke detectors and fluorescent lamps. Site work includes, but is not limited to, the replacement, or repair of, existing housing unit sidewalks, concrete stoops, asphalt driveways, exterior concrete stairs at rear stairwell of six units, exterior concrete patios, privacy screen fences, and lateral infrastructure. Some units will require re-grading of existing drainage swales or providing new drainage swales were required. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The Government will award a contract after evaluation of PHASE II proposals to the responsive and responsible OFFEROR and determined by the Government to be the "BEST VALUE" to the Government, price and technical factors considered equally. Offers WILL NOT be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers WILL NOT be disclosed to anyone until time of contract award.
Web Link
http://www.esol.navfac.navy.mil (http://www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20010201/YSOL006.HTM (W-030 SN50C245)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com