Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1998 PSA#2209

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

Y -- TWO-PHASED DESIGN/BUILD FOR A MAGNETIC SILENCING FACILITY (MSF), NAVAL SUBMARINE BASE, KINGS BAY, GA. SOL N62467-98-R-1021 DUE 120198 POC Contract Specialist: Rhonda Earney, Code 0211RE. Contracting Officer: L. R. Fisk, Code 0211. THE PROPOSED ACQUISITION HEREIN IS BEING ISSUED AS A 100% SET-ASIDE FOR SMALL BUSINESS (SB) CONCERNS. The work includes the design and construction of a Sedimentation Control System for the Magnetic Silencing Facility (MSF), Naval Submarine Base, Kings Bay, GA. The Sedimentation Control System consists of pumps, valves, piping, nozzles, and a controller to enhance the velocity of each outgoing tide and prevent the deposit of the sediment that enters the MSF with the tide. The slip area of the MSF is 6400 SQM. The Shoaling Rate is five (5) feet per year at operational depth. The project involves waterfront construction, dredging and dredging management, underwater mechanical/electrical utilities requiring diving experience for installation. Connection to a supervisory control and data acquisition system of a Sedimentation Control System is required. The system design and construction shall be coordinating with the local environmental requirements. The Government will award a contract resulting from thissolicitation 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 consist of two (2) Phases. Phase I -- will be evaluated based on the following factors: FACTOR A -- Past Performance; FACTOR B -- Technical Qualifications (1)Design (2)Construction; FACTOR C -- Management Approach; FACTOR D -- Small Business Subcontracting Effort. The highest rated offerors, 3 to 5 offerors but not to exceed five, will advance to Phase II. The Government will then request Phase II Proposals. Phase II: Qualified Proposers will be evaluated on: FACTOR A -- Past Performance (as previously done in Phase I); FACTOR B -- Technical Qualifications (Same as Phase I unless revised); FACTOR C -- Technical Solutions; FACTOR D -- Small Business Subcontracting Effort; FACTOR E -- Price Proposal. In addition to the Base Price Proposal, the Offeror will be required to provide a proposed Modification/Change Order percentage rates for Field Overhead, Home Office Overhead, and Prime's Overhead on Subcontractors and the Prime's Profit. The change order markup cost elements are awarded as part of the contract and will be used as the markups for both additive and deductive modifications after award for the term of the contract for both the prime and subcontractors. 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. 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. FOR SPECIFICATIONS: There is a $15.00 Non-Refundable Charge for each set of Specifications. THIS CHARGE APPLIES TO SPECIFICATIONS FOR PHASE I ONLY. THERE WILL BE A SEPARATE AND DIFFERENT AMOUNT NON-REFUNDABLE CHARGE FOR PHASE II SPECIFICATIONS. To obtain Specifications make company check payable to US Treasury and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-1802). PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise concerning your request, call RONNIE MITCHUM at 843/743-4040. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders list will be mailed. We cannot fax plan holders list. You may obtain a Plan Holders List from the Internet at http://www.chas.sebt.daps.mil. For inquiriesabout Proposals due dates or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are due to the address listed above, or faxed to 843/820-5853, Attn: Rhonda Earney, Code 0211RE. Estimated cost is between $2.2m and $2.5m with funds available of $2.3m. The SIC Code is 1522: General Contractors -- Residential Buildings, Other than Industrial Buildings & Warehouses. The Statutory Limit (Size Standardized) is $17,000,000.00. Posted 10/23/98 (W-SN264956). (0296)

Loren Data Corp. http://www.ld.com (SYN# 0100 19981027\Y-0007.SOL)


Y - Construction of Structures and Facilities Index Page