Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1, 2000 PSA #2738
SOLICITATIONS

Z -- SOUTHCOM FORWARD OPERATING LOCATIONS (FOL), HATO INTERNATIONAL AIRPORT, CURACAO, AND REINA BEATRIX INTERNATIONAL AIRPORT, ARUBA

Notice Date
November 29, 2000
Contracting Office
Commander, LANTNAVFACENGCOM, 1510 Gilbert Street, Norfolk, VA 23511-2699 (Attn: Code AQ22)
ZIP Code
00000
Solicitation Number
N62470-00-R-0049
Response Due
January 4, 2001
Point of Contact
Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist, Joyce T. Chilton, 757-322-8266
E-Mail Address
Construction Contract N62470-00-R-0049 Modification (ChiltonJT@efdlant.navfac.navy.mil)
Description
A pre-solicitation notice was posted in the CBD on 17 November 2000 for the subject solicitation. This project is now being solicited as an Accelerated Best Value Source Selection construction contract for Forward Operating Locations in Aruba and Curacao. These Forward Operating Locations consist of a concrete apron, concrete taxiway, hangar, and supporting facilities. The Aruba site consists of a 450 SM Squad Operations building, a 1,350 SM Nose Dock Hangar, a 950 SM Rinse Facility, a 28,250 SM Apron, and a 843 M Taxiway. The Curacao site consists of a 1,350 SM Squad Operations building, a 2,850 SM P3 Hangar, a 950 SM Rinse Facility, a 1,100 SM Age Equipment Storage (AGE) building, one 1,350 SM Aircraft Maintenance unit (AMU), a 200 SM Alert Facility Site, a 200 SM Hydrozene and Flare Storage building, a 87,600 SM Apron, and a 1,377 M taxiway, and incidental related work. Offerors' proposals shall include the first step, Technical and the second step, Price. Step One, Technical will demonstrate corporate experience, past performance, construction management ability, key personnel qualifications and the offerors safety performance history. Step One, Technical Factors are as follows: Factor A Corporate Experience; Subfactor A.1, Prime Contractors Corporate Experience, A.2, Subcontractor's Experience; Factor B Past Performance; Factor C Construction Management, Subfactor C.1, Construction Schedule, C.2, Quality Control Program, C.3, Construction Coordination; Factor D Key Personnel and Safety Performance, Subfactor D.1, Key Personnel, D.2, Safety Record, SubSubfactor D.2A, Experience Modification Rating (EMR), D.2B, OSHA Incidence Rate. Step Two, Price will for Base Bid, and three additive bid items. Step One, Technical will be due 04 January 2001. Step Two, Price will be due 19 February 2001. The initial Request for Proposal will be issued with a brief scope of work and sketches on or about 1 December 2000. An Amendment will be issued approximately 22 December 2000 with 100% design with another Amendment issued approximately 8 February 2001 with Final Design. A Site Visit/PreProposal Conference will be held in Curacao on 24 January 2001. Location of the PreProposal Conference, and times will be issued with the Amendment providing 100% Design documents. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than 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. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the proposers will be afforded the opportunity to revise their proposals. This solicitation is available in electronic format on CDROM. There is a charge of $12.50 for the CDROM. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTEN: PRISCILLA SCHAEFER, 1641 MORRIS STREET,, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to MS. Priscilla Schaefer at 757-444-5968. A copy of the plan holder's list can be obtained on the internet at www.norfolk,sebt.daps.mil. Technical inquires shall be faxed to 757-322-8264, ATTN: Joyce Chilton, Code AQ226. The Estimated Cost Range is more than $10,000,000. The North American Industry Classification System (NAICS) Code for this project is 234990 with a Size Standard of $27,500,000.
Record
Loren Data Corp. 20001201/ZSOL013.HTM (W-334 SN5076I7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on November 25, 2000 by Loren Data Corp. -- info@ld.com