COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8, 2001 PSA #2784
SOLICITATIONS
Y -- NAVY LODGE AT FORD ISLAND, PEARL HARBOR, OAHU, HAWAII
- Notice Date
- February 6, 2001
- Contracting Office
- Pacific Division, NAVFACENGCOM (ACQ0242), MILCON Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296
- ZIP Code
- 96818-3296
- Solicitation Number
- N62742-00-R-1337
- Response Due
- March 29, 2001
- Point of Contact
- Ms. Beverly Quevedo, Contract Specialist, Telephone No. (808) 474-6314, Facsimile No. (808) 474-7316
- E-Mail Address
- Click here to contact the Contract Specialist via (quevedoba@efdpac.navfac.navy.mil)
- Description
- PHASE-ONE OF THE PROCESS IS COMPLETED AND THE FOLLOWING OFFERORS WERE DETERMINED TO BE MOST QUALIFIED AND SELECTED TO PROCEED ON TO PHASE-TWO OF THE SOLICITATION: (1) KIEWIT PACIFIC CO., 1001 KAMOKILA BLVD., SUITE 305, KAPOLEI, HI 96707, (2) HAWAIIAN DREDGING CONSTRUCTION CO., 614 KAPAHULU AVE., HONOLULU, HI 96815, (3) C. F. JORDAN, LP, 9639 GREENVILLE AVE., DALLAS, TX 75243 and (4) DICK PACIFIC CONSTRUCTION CO. LTD., 707 RICHARDS STREET, SUITE 400, HONOLULU, HI 96813. ONLY THESE OFFERORS WILL SUBMIT PRICE AND TECHNICAL PROPOSALS. However, a CD-ROM of the RFP will be available to other interested companies (i.e., subcontractors, suppliers, etc.). It is the intent of the Government to convert the existing former Navy Bachelor Officers Quarters structure (Building 78) at Ford Island, and design and construct an adjacent new building, that would provide a Navy Lodge with a total of at least 150 guestrooms and required support spaces. The work shall be accomplished within available construction funds. The existing building will provide as many units as possible, most of these being suites. The units will have new kitchen facilities and remodeled bathrooms with new electrical, plumbing and lighting necessary to provide a fully adequate facility. Other portions of the building will be converted into lobby, offices, guest laundry, and in-house laundry. A new building will be constructed adjacent to the existing building and would contain additional guestrooms to attain the 150 guestroom total. All lodging units in the new building will contain through-wall cooling units, and support areas will be cooled by a central building system. Fire protection, security alarms, ADA compliant rooms and access, and elevators will also be provided. Ancillary work that is part of this contract includes parking, pool, a tot lot, landscaping, improvements to the existing outdoor plaza at Building 78, and other items that support the overall design and function of the Navy Lodge. Supporting facilities work includes site and building utility connections (water, sanitary and storm sewers, electrical, telephone, and cable television). Paving work includes paved parking and sidewalks. The design of the Navy Lodge shall also allow for future expansion of an additional 100 guestrooms. The scope of the project does not include any environmental cleanup or mitigation, or extensions or improvements to the Ford Island utility systems beyond the immediate site, and all interior and exterior maintenance to Building 78 as defined by the Facilities Projects Manual. This proposed construction contract action specifies the following items: FIXTURES AND ACCESSORIES: Kitchen Unit: DWYER, model #KC-16858, 60" wide, Corian Countertop, recessed ends; Microwave with built-in hood, filter and light, SPL, E60EC, MOD7D; Kitchen Units: DWYER, model #KC-16857, SPL, EHC60EC, MOD7D, 60" wide, Corian Countertop, recessed ends; Tub: American Standard, cast iron, "Salem" recess bath, #0135.147 right hand or #0135.133 left hand with #1540.170 trip lever grid drain, color white; Roll-in Shower Unit: at Handicapped Unit: Aquarius, Model #2542, former model #HS6036BF, acrylic handicapped shower stall, 3'0"x5'0" roll-in, 60" wide, seamless one piece molded with dome, horizontal grad bars on all three sides, integral shelf folding seat, stainless steel curtain road, handheld shower with two wall brackets, and dome light (no substitutions allowed for this Unit); Toilet: WCTC, PF/2 Energized Flush as manufactured by W/C Technology Corporation, a MASCO Company, color-white, address-37685 Interchange Drive, Farmington Hills, MI 48335; Toilet at Handicapped Unit: WCTC, PF/2 Energized Flush as manufactured by W/C Technology Corp., a Masco Co., color: white, ADA compliant bowl height, lid, and lever; Towel Shelf: 4-rod shelf with bar, Model #N6M157, 24" long, chrome finish, manufactured by Franklin Brass Stainless Steel Bath Hardware; Recessed toilet paper holder, single roll, by Bobrick; Retractable clothesline, by Bobrick, OAE; Robe hook behind door, by Bobrick, OAE; Retractable clothesline, by Bobrick, OAE, at 4'-0" a.f.f.; Robe hook behind door, by Bobrick, OAE, at 4'-0" a.f.f.; Luggage/clothing rack, manufactured by Rigidrak, Raymond Engineering Inc., 704 Vandalia St., St. Paul, MN 55114, single shelf with hanger pole, 350 series, model #354, 4'-0" long with 2 brackets, mounted at 5'-0" a.f.f. for wheelchair reach; Commercial type washer, 80 lb., manufactured by UniMac, model #UW80PVQ high extract; Commercial type dryers, 120 lb., manufactured by UniMac, model #DTB120CGR, 208 V, 3 phases, with reversing dual timer; Ceiling hung light fixture with glass shade manufactured by d'Ac Lighting, d5140-IF32-AL-AL-SBG-BLF; Wilight Inc., lighting fixture, model #6312 with electronic ballast, 2-F32/T8 lamps, 120 volts, wall mounted; Wall sconces, mounted at 6'-0" a.f.f. staggered and illumination level of 30 foot candle, manufactured by d'Ac Lighting d1140-IFM13-(120V-277V)-AL-AL-SBG-BLF; FLOOR COVERING: Valiant carpet, 28 oz., Style free spirit, color Jimi; Ceramic tile, 6"x6", manufactured by Cortina, color Limestone #7951, with 1/8" hydroment grout, color Misty Grey; Ceramic tile, 12"x12", manufactured by Cortina, color Limestone #7951, with 1/8" hydroment grout, color Misty Grey; HARDWARE: TESA H24 electronic card lock, manufactured by TESA Entry Systems, TESA USA, 2100 Nancy Hanks Dr., Norcross, GA; WALL COVERINGS: Perforated vinyl wall covering, (porelated), Modena II, Alpaca, by Imperial Contract Wall Coverings; Wall base, Cortina, ceramic tile bullnose base, 12"x3", color Limestone #7951 with 1/8" hydroment grout, color Misty Grey; Wall base, 4" high, 28 oz., valiant carpet base, Style Free Spirit, color Jimi, with bound edge, or cap molding ROPPE Part #28, color #175, slate; PAINT: Pittsburgh Paint #520-3, color Seagull, latex, semi-gloss; Pittsburgh Paint #520-3, color Seagull, latex flat; Pittsburgh Paint #520-3, color Seagull, latex, eggshell; Pittsburgh Paint #520-3, color Seagull, semi-gloss enamel; Pittsburgh Paint #401-7, color Crystal Ball, semi-gloss enamel; CABINETS AND COUNTERTOPS: Nevamar plastic laminate #PT5-1SM, verde patina; Nevamar #W-8-325T, color Sovereign Cherry; 5'-0" long vanity, integral back splash, two end under-mounted bowl, pre-drilled faucet opening, 10" front apron, dripless front edge, 24" deep, tissue cutout in apron manufactured by Introsul, P.O. Box 1393, Perry, GA 31069; 5'-0" long vanity, at ADA's required height, integral back splash, two end under-mounted bowl, pre-drilled faucet opening, 10" front apron, dripless front edge, 24" deep, tissue cutout in apron manufactured by Introsul, P.O. Box 1393, Perry, GA 31069. Interested parties may submit technical brochures for other than these specified items if they are similar enough to be comparable to or compatible with the specified items. All technical brochures received within 15 days after date of publication of this synopsis will be reviewed by the Government. A determination by the Government to specify or not specify other sources is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether other sources exist. This is a firm fixed-price procurement. Phase Two evaluation factors will be: (1) Factor A Building Design (as related to new building and renovation of historic buildings), (2) Factor B Proposer's Qualifications, Experience and Past Performance (proposal submitted for Phase One will be considered and no additional data will be required for Phase Two), (3) Factor C Site Design and Engineering, (4) Factor D Building Engineering, Material, Quality and Maintenance, (5) Factor E Small Business Utilization, and (6) Factor F Management Plans. Source Selection Procedures will be used and award shall be made to the offeror whose proposal is the most advantageous and offers the best value to the Government; cost or price and other factors considered. The project ceiling is $17.4 million. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROCUREMENT IS 23332 AND THE ANNUAL SIZE STANDARD IS $27.5 MILLION. THIS PROCUREMENT IS UNRESTRICTED. The Request for Proposal (RFP) will be available (CD-ROM) on or about February 5, 2001 for a non-refundable charge of $67.92. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://esol.navfac.navy.mil 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 AMENDMENTS TO THIS SOLICITATION. You may use the "Solicitation Purchase Request Form" located at http://www.efdpac.navfac.navy.mil/ebsroot/toolbox/SolicitationPRForm.pdf to order the solicitation. Your request, if mailed, should be sent to: Document Automation and Production Service, ATTN: Solicitation Printing, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to "SUPERINTENDENT OF DOCUMENTS". If using a company VISA, MASTERCARD, or DISCOVER card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their express service airbill label with the recipients name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholder's list will be available after the solicitation is issued. Planholder's list may be obtained at http://www.hawaii.wnbt.daps.mil. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE REQUESTOR WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE.
- Record
- Loren Data Corp. 20010208/YSOL009.HTM (W-037 SN50C8S6)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on February 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|