Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20, 2001 PSA #2834
SOLICITATIONS

Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES

Notice Date
April 18, 2001
Contracting Office
Pacific Division NAVFACENGCOM, CODE ACQ0242, MILCON CONTRACTS BRANCH, 4262 Radford Drive, Honolulu, HI 96818-3296
ZIP Code
96818-3296
Solicitation Number
N62742-00-R-1320
Response Due
June 14, 2001
Point of Contact
Contract Specialist, Ann H. Saki-Eli, 808-474-5356
E-Mail Address
sakieliah (sakieliah@efdpac.navfac.navy.mil)
Description
Navy Replacement Housing at Ford Island, Pearl Harbor, Oahu, Hawaii. This procurement is for the design and construction of 180 family housing units at Ford Island, Hawaii. Procurement consolidates Phase I, FY01 Project H-591, replacement of 94 family housing units and Phase IV, FY01 Project H-381, replacement of 86 family housing units.The work includes demolition of existing Junior Enlisted Member (JEM) Navy family housing units. The new work includes design completion and construction of 1 and 2 story duplex and multiplex family living units with attached garage parking, covered lanais, entry porch, privacy fencing, and exterior storages. Units are to be designed to withstand wind and seismic loads and to be energy efficient. The overall building construction of the units are of slab on grade foundation, metal/wood framing with exterior siding and trims, concrete masonry column with exterior plaster system on preformed exterior columns, and interior gypsum board finish. Roofs are designed for the provision of engineered trusses or rafters providing gentle slopes with hip and gable roofs with overhangs. The project site work will provide for new roadways, sidewalks, open spaces, tot-lots, back yard privacy fencing, landscaping and on-site underground utilities and off-site utilities as required. Budget ceiling is $40,250,000.00. The contract performance period is 580 calendar days. The North American Industry Classification System (NAICS) code is 23322. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Technical evaluation factors are as follows: (1) Past Performance; (2) Qualifications/Experience; (3) Management Plan; and (4) Small Business Subcontracting. The Request for Proposal (RFP), CD-ROM only, will be available on or about 9 MAY 2001 for a non-refundable charge of $67.92. In addition, the autocad files consisting of the site engineering investigation drawings, RFP drawings, and demolition drawings will be available on a separate CD-ROM at a non-refundable charge of $57.84. The release of the autocad files is strictly limited to providing information necessary to respond to the RFP. The autocad files will NOT be released to planrooms. Those interested in obtaining the autocad files must first submit a signed copy of the "Limited Authorization for Use of Electronic Files" form. A copy of this form is posted on the web site http://www.esol.navfac.navy.mil for downloading. Submit the form via facsimile to Ms. Ann Saki-Eli at 808-474-7316. DAPS will be given authorization to release the autocad files only after a properly completed form is submitted to the contracting office. Your request for purchase of the CD-ROM, if mailed, should be sent to: Document Automation and Production Service (DAPS), 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860 Checks shall be made payable to "Superintendent of Documents". If using a company VISA, Mastercard, or Discover card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholder's list will be available after the solicitation is issued and may obtained at http://www.hawaii.wnbt.daps.mil/PACDIV/pacdiv.htm. Please note that the DAPS planholder's list may not be all inclusive. Any request for solicitation received within 10 working days prior to the closing date will be processed in accordance with the above procedures. However, there is no guarantee that the recipient will receive the solicitation prior to the closing date. Amendments will be posted to the website http://www.esol.navfac.navy.mil 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 amendments to this solicitation. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil.***
Web Link
sakieliah (www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20010420/YSOL022.HTM (D-108 SN50J6D4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on April 18, 2001 by Loren Data Corp. -- info@ld.com