Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24, 2001 PSA #2836
SOLICITATIONS

Y -- B-52 TWO BAY FUEL CELL MAINTENANCE HANGAR, BARKSDALE AIR FORCE BASE, LA

Notice Date
April 20, 2001
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-99-R-1044
Response Due
June 15, 2001
Point of Contact
Contract Specialist: Janet Lietha, Code 0211JL. Contracting Officer: L. R. Fisk, Code 0211
Description
THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The project is construction of a new approximately 5,735 square meter hangar for maintenance of aircraft fuel cells, training and administration facilities to support the Air Force B-52H aircraft. The facility includes: concrete slabs and foundations, auger placed grout piles, structural steel, fabricated trusses, steel joints; metal roof and floor decks, pre-finished metal wall and roof systems; masonry interior and exterior walls, rough and finish carpentry, waterproofing, insulation, steel doors, frames and hardware, motor-operated hangar doors, storefront and associated glazing, interior finishes and furnishings; plumbing, fire protection, and HVAC systems; and power, communications, security, lightening protections and special systems. Site and utility work includes: surface parking for roadwork, utilities, storm drainage, site lighting, security fencing, storm drainage systems, sanitary sewer systems, fire and domestic water systems, natural gas systems, electrical, telephone and communications systems. The estimated cost for construction of the project is over $10,000,000. The time for completion is 547 calendar days from contract award. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price construction contract to the responsible proposer whose proposal, conforming to the solicitation, is the "best value" to the Government, price and technical factors considered. Proposers will be required to submit technical and price proposals for the project. Proposals will be evaluated on the following Technical Factors: Past Performance, Small Business Subcontracting Effort, Technical Qualifications, and Technical Approach. Price proposals will the lump sum price for the entire work complete in accordance with the drawings and specifications. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated; and award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. The Government intends to issue the Request for Proposals (RFP) electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about 15 May 2001. Proposals will be due around 15 June 2001. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. The RFP, including the plans and specs, will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-4040. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will 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. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to (843) 818-6882, Attn: Janet Lietha, Code 0211JL; or e-mailed to liethajg@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 23332: Commercial and Institutional Building Construction. The Small Business Size Standard is $27,500,000.00.
Record
Loren Data Corp. 20010424/YSOL011.HTM (W-110 SN50J8H4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on April 20, 2001 by Loren Data Corp. -- info@ld.com