Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

C -- TWO-PHASE DESIGN/BUILD, MARINE CORPS RESERVE TRAINING CENTER, GALVESTON, TX SOL N62467-98-R-1040 DUE 082598 POC Contract Specialist: Agnes Copeland, Code 0211AC, FAX No.: 843/820-5853. Contracting Officer: W. J. Anonie. THIS IS A PRESOLICITATION BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work includes the design and construction of a 1,816 square meter Reserve Center, a 277 square meter Vehicle Maintenance Facility, a Covered Vehicle Wash Pad with oil/water/sand separator, a Loading Ramp, Access Road, a Boat Ramp, Fencing, Parking for operational and privately owned vehicles and Utilities. The Reserve Center portion of the facility shall include open and private offices, storage areas, classrooms, armory, exercise room, drill hall, shower/locker facilities, library and secure areas. The Vehicle Maintenance Facility shall include three bays suitable for the maintenance of Assault Amphibious Vehicles (AAV), roll-up doors, bridge crane, ventilation, small office, and storage areas. The project shall conform to the Americans with Disabilities Act where appropriate. The project site has been partially developed with structural fill, new building construction will require pile supports. The site is adjacent to the existing Coast Guard Station; the new access road will parallel the existing Coast Guard perimeter fence. The new boat ramp for launching AAV will be constructed adjacent to the new facility. The successful offeror will be responsible for obtaining any and all permits required for construction at this site. The covered oil/sand/water separator shall be the US Marine Corp Reserves standard design site adapted for this project. The solicitation for the acquisition of this new facility is formatted as an Request for Proposals (RFP) in accordance with the requirements designated by Federal Acquisition Regulation (FAR) Part 15 for negotiated procurements utilizing Two-Phase Design-Build Selection Procedures of FAR 36.3. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to this solicitation will be the "BEST VALUE" to the Government, price and technical factors considered. This procurement will consist of Two Phases. Phase One is to determine which offerors will proceed to Phase Two. In Phase One offerors, will be evaluated using the following factors; (A) Past Performance, with sub-factors of; (1) Design Team, (2) construction Team; (B) Technical Qualifications, with sub-factors; (1) Design Team, (2) Construction Team; (C) Management Approach; and (D) Small Business Subcontracting Effort, applies to small and large business. The highest rated offerors will be selected to submit Phase Two proposals. The maximum number shall not exceed five unless the contracting officer determines that a number greater than five is in the Government's interest. The Government will amend the solicitation to request Phase Two technical and cost proposals from only the selected offerors. Phase Two is to determine the "BEST VALUE" to the Government. Offers will be evaluated on the following factors; (A) Past Performance (same as Phase One); (B) Technical Qualifications (same as Phase One); (C) Technical Solutions, with sub-factors; (1) Team Identification, (2) Design Solution narratives, (3) Conceptual Site Plans, (4) conceptual Building Designs, (5) Sustainable Design Features; (D) Small Business Subcontracting Effort; and Price Proposal. The Government reserves the right to reject any or all offers at any time prior to the 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 THAT AN AWARD MIGHT BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS SUBMITTED. Offers should be submitted in the most FAVORABLE TERMS. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, and/or revise their proposals. FIRMS SUBMITTING PRICE AND TECHNICAL PROPOSALS WILL NOT BE COMPENSATED FOR SUBMITTED SPECIFICATION OR DOCUMENTATION. There is a $20.00 Non-Refundable Charge for each copy of the Phase One solicitation. To obtain a copy of the solicitation you may submit a company check payable to the US Treasury and remit to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, PO BOX 71359, CHARLESTON, SC 29415. Submission by EXPRESS MAIL SERVICES should be sent to THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-1802. Your request should include (1) a Point of Contact, (2) a Telephone Number, and (3) a Fax Number. If problems arise concerning your request please contact Ronnie Mitchum at (843) 743-4040, ext 18. To obtain a plan holder's list you may submit a letter to Ronnie Mitchum or a Fax to (843) 743-3027. Plan Holders lists will only be mailed. Plan holder's list is available on the Internet at http://www.chas.sebt.daps.mil. Inquires about Proposal Due Dates or Number of Amendments issued contact Susan Clark at (843) 820-5775. All Technical Inquires must be submitted in writing 15 days before Proposals aredue. Submit to the address listed above or Fax your questions to (843) 820-5853, Attn: Agnes Copeland, code 0212AC. Estimated cost of this project is between $1,000,000 and $5,000,000. Receipt of Phase One is due on 25 Aug 1998. Disclosure of sources selected to proceed to Phase Two is prohibited in accordance with FAR 3.104. The receipt date for Phase Two proposals will be established by amendment. Posted 07/23/98 (W-SN227486). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980727\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page