Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27,1998 PSA#2230

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

Z -- TWO-PHASE DESIGN-BUILD JET ENGINE TEST CELLS, NAVAL AIR STATION NEW ORLEANS, LA SOL N62467-97-R-1133 DUE 011599 POC Technical inquiries prior to bid opening MUST be submitted in writing to the address listed above, or faxed to (843) 820-5853 or (843) 818-6371, Attn: Agnes Copeland, Code 0212AC. The contracting Officer for this solicitation is WJ Anonie. SOLICITATION NOTICE: Please note the new way to order Plans and Specs. THE COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $20.00. THE POINT OF CONTACT IS RONNIE MITCHUM AT 843/743-4040, Ext. 18. THIS CHARGE IS NON-REFUNDABLE. To obtain plans and specifications you may CHARGE your request to a CORPORATE VISA/MASTER-CARD CREDIT CARD or make company check payable to SUPERINTENDENT OF DOCUMENTS 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 also include (1) A Point of Contract, (2) A Telephone Number, and (3) a FAX Number. If problems arise concerning your request, call RONNIE MITCHUM at 843/743-4040, Ext. 18. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders List will be mailed. Plan Holders List can be obtained from the Internet at http://www.chas.sebt.daps.mil. Inquiries about the PROPOSAL OPENING DATE OR THE NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (843) 820-5775. Results of the Proposals will not be provided. The solicitation will be formatted as a Two-Phase Design-Build Request for Proposal. The Government will award a firm fixed-priced contract using the "BEST VALUE CONTINUUM AND TRADE OFF PROCESS." Phase I Offers will be evaluated on the following Technical Factors in descending order of importance; Factor A Past Performance; Sub-Factors (1) Design Team, (2) Construction Team; Factor B Technical Qualifications; Sub-Factors; (1) Design Team, (2) Construction Team; Factor C Management Approach; Factor D Small Business Subcontracting Effort. Phase II Offers will be evaluated on Cost and Technical factors as follows; Cost Factors, Factor A -- Base Price (Lump Sum) and Factor B Estimated Cost of Changed Work. Technical Factors in descending order of importance; Factor A Past Performance; Sub-Factors (1) Design Team, (2) Construction Team; Factor B Technical Qualifications; Sub-Factors; (1) DesignTeam, (2) Construction Team; Factor C Management Approach; Factor D Small Business Subcontracting Effort. Note the Design and Construction firm should have each completed, jointly or separately, a minimum of one previous military "hush house" and shall provide specific information regarding the most recent projects. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all Offerors; to award the contract to other than the Offeror submitting the lowest total price; 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 may be made without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposes should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The work will primarily consists of design and construction/modification of an existing nonfunctional Air Force T-10 aircraft acoustical enclosure (hush-house) located at Naval Air Station New Orleans, LA. Work shall include, but is not limited to, integrated site development and all related work to provide a complete and usable facility. The Air Force T-10 hush house will be used for testing of Navy jet engines in-frame (installed in the aircraft) and out-of-frame (removed from the aircraft). The work more specifically (but not limited to) will require modifications/adaptation of the existing sound suppressor pad, inertial slabs (including installation of multiple type XIII fittings, aircraft chock embedments, and pull test embedments), building foundation; augmentor, vanes and acoustic panels, building structural elements, fire alarm system, AFFF and engine water fire suppression systems, hush house control systems (including instrumentation boom, interconnection of equipment, and T-23 Control Cab), mechanical systems (air start system, jet engine oil preservation system, nose wheel elevator and HVAC), fuel systems (fuel pit, pumps, tanks, lines, and controls); as well as, providing new site work, industrial waste (including oil/water separator), and other utilities (electrical power distribution, communications, water main, and sewage). The surface of the existing T-10 hush house's inertial slab is delaminating, and repair methods will need to take into account the temperatures and sonic vibration which the slab will be routinely be exposed to, and the potentially for catastrophic damages should any of the pavement become delaminated during tests. PROJECT IS SET-ASIDE FOR SMALL BUSINESSES. Phase I criteria to be issued in 2 weeks. Phase I does not contain any technical information. Once Evaluation of Phase I is complete the most highly qualified firms, 3-5, will be issued Phase II which will contain Plans and Specifications. Estimated cost of project is $1,000,000 to $5,000,000. Estimated duration of the contract is 240 calendar days for completion. The Sic Code for this project is 1541. Size Standard is $17,000,000.00. Posted 11/24/98 (W-SN274403). (0328)

Loren Data Corp. http://www.ld.com (SYN# 0141 19981127\Z-0012.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page