Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS

Y -- PARKING APRON EXPANSION (DESIGN/BUILD), NALF ORANGE GROVE, TX

Notice Date
May 2, 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
N62467-00-R-0441
Response Due
June 26, 2001
Point of Contact
Contract Specialist: Rhonda Earney, Code 0211RE. Contracting Officer: L. R. Fisk, Code 0211
Description
THE PROPOSED ACQUISITION IS HEREBY ISSUED AS A ONE PHASE DESIGN-BUILD 100% SET-ASIDE FOR SMALL BUSINESS (SB) CONCERNS. The work includes the design and construction of a Parking Apron expansion at NALF ORANGE GROVE, TEXAS WITH Bid Option for Design/Build Parking Area at NAS Kingsville, TX. The base bid work includes construction for new aircraft parking area of 8-inch unreinforced concrete pavement with 6-inches of cement stablilized sand subbase, and 6-inches of compacted subgrade. Also, the project includes re-work of electrical airfield taxiway lighting system; re-routing main lighting circuits and electrical utilities; repair of existing concrete apron as indicated on the drawings and provide underground storm sewer, erosion control and site improvements. The Bid Option work is for the removal of existing damaged parking apron and six catch basins with piping associated with the old wash rack; provide new underground storm sewer and provide new parking area. In addition to the requirements indicated, the contractor shall be responsible for designing and construction of: (1) An appropriate foundation to support the new Portlant Cement Concrete Pavement. (2) Repair of existing concrete Apron surface as indicated on drawings. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be the "BEST VALUE" to the Government, price and technical factors considered. This procurement will be evaluated based on the following factors: FACTOR A Past Performance (1)Design (2)Construction; FACTOR B-Technical Qualifications (1)Design (2)Construction. FACTOR C -- Management Approach and FACTOR D -- TECHNICAL APPROACH. ADVISORY QUALIFICATIONS: PROPOSERS ARE REQUIRED TO SUBMIT WITHIN 15 CALENDAR DAYS OF DATE OF ISSUANCE OF THE RFP THE FOLLOWING: (1)FACTOR A- PAST PERFORMANCE AND (2)FACTOR B TECHNICAL QUALIFICATIONS. FACTOR C -- Management Approach; FACTOR D Technical Approach will be due on the closing date for the Technical portion of the proposal. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the offeror submitting 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. The Government reserves the right to award the Bid Option within 180 calendar days from contract award at the price acceptable by the Government in the awardees contract. OFFERORS ARE ADVISED THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS IF POSSIBLE. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume 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. TO ORDER PLANS AND SPECIFICATIONS: The Government intends to issue the solicitation on the WEB only. The Solicitation will be issued on or about 09 May 2001. Proposals will be due on 26 June 2001. If for some reason(s) the Solicitation does not meet the issue date, the Solicitation will set the Proposal Issue and Due Dates accordingly. To obtain the solicitation, offerors must register on the Internet at http://esol.navfac.navy.mil. Additional instructions will be provided on the web page. Offeror' 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 official plan holders' list will be available on the web site. All 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 close to the address listed above, or faxed to 843/818-6811, Attn: Rhonda Earney, Code 0211RE. Estimated cost is between $2,200,000 and $2,600,000. Estimated duration of this contract is 365 calendar days which includes the 15 calendar days from date of award for administrative work. The North American Industry Classification System Code (NAICS) is 23411: Highway and Street Construction. The Size Standard is $27,500,000.00.
Record
Loren Data Corp. 20010504/YSOL013.HTM (W-122 SN50K9D5)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com