Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28, 2001 PSA #2924
SOLICITATIONS

Z -- END-OF-FISCAL-YEAR PROGRAM FOR 8(A) PROGRAM PARTICIPANTS SERVICED BY THE HAWAII DISTRICT OFFICE AND OTHER 8(A) PROGRAM PARTICIPANTS WITH BONA-FIDE PLACES OF BUSINESS IN HAWAII

Notice Date
August 24, 2001
Contracting Office
Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, Code R120, 4262 Radford Drive, Honolulu, HI 96818-3296
ZIP Code
96818-3296
Solicitation Number
8(a) EOFY Program
Point of Contact
Ms. Gail Matsumoto, Contract Specialist, (808) 474-8385, or Ms. Christine Asuka, Contracting Officer, (808) 474-3382
E-Mail Address
click to contact the contract specialist via e-mail (matsumotogn@pwcpearl.navy.mil)
Description
RESTRICTED TO 8(a) FIRMS SERVICED BY THE HAWAII SMALL BUSINESS ADMINISTRATION DISTRICT OFFICE AND OTHER 8(a) PARTICIPANTS WITH BONA-FIDE PLACES OF BUSINESS IN HAWAII. The Resident Officer in Charge of Construction, Pearl Harbor is establishing an 8(a) program for their end-of-year (EOFY) procurement actions. This program is for 8(a) program participants serviced by the Hawaii District Office and other 8(a) program participants with bona-fide places of business in Hawaii. This program is designed to provide enhanced contracting opportunities to qualified firms under the 8(a) program serviced by the U.S. Small Business Administration (SBA) District Office and other 8(a) firms with bona-fide places of business in Hawaii. Under this program, we will compete construction procurement actions, below the $3,000,000 competition threshold, which require award by 30 September 2001, among eligible 8(a) program participants serviced by the Hawaii District Office and other 8(a) participants with bona-fide places of business in Hawaii. The anticipated construction work to be covered under this program include, but is not limited to, new construction, minor construction projects (exterior and interior renovations, alterations, repairs (emergency and routine)), handling of hazardous waste and material, maintenance, mechanical, electrical, heating/air conditioning, painting, paving, earthwork, demolition, and installing pipelines. RFPs or RFQs issued under this program, but not awarded by 30 September 2001, may continue to be processed under this program provided that funds will be made available by 31 December 2001. The Contracting Officer, when awarding on a best value basis, will consider factors such as Past Performance, Technical Qualifications, Management Approach and Price. The Contractor will be required to furnish a Bid Bond with each proposal over $25,000 with Performance and Payment Bonds required on each award. The NAICS Sectors covered under this program are for work performed in the NAICS Sectors 233, 234, and 235 for construction. GEOGRAPHICAL AREA OF COVERAGE: The Program covers military and government installations on the Islands of Hawaii. SOLICITATIONS: The contractor may be required to submit a brief technical proposal or work plan and a list of proposed subcontractors for Navy approval as well as a price proposal. Each solicitation will indicate the detail of pricing and technical information to be provided by the offeror, allowing the flexibility for best value awards. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment, overhead and profit at any time. CONTRACTS: Award will be made on Standard Form 1442 or Standard Form 26, whichever is appropriate, and will provide appropriate terms and conditions required in 8(a) and construction type contracts, descriptions, specifications, administrative requirements, pricing terms and completion time. SUBMITTAL REQUIREMENTS: In order to compete for awards, each 8(a) program participant must (1) provide 8(a) Certification, (2) be registered in the Department of Defense Central Contractor Registration (CCR) database, (3) be licensed/bonded and fully capable to perform construction work under the NAICS Code Series 233, 234, and 235, and (4) provide resumes indicating the qualifications of key personnel of the Design-Build Team, if applicable, include principals (design and construction), project manager (design and construction), registered professionals for each design discipline (architect, civil engineer, structural engineer, mechanical engineer, electrical engineer, and fire protection engineer), and sustainable design consultant, if being considered for design and/or design-build projects, and (5) provide a narrative that describes the Design-Build Team's internal communication system used to ensure a successful project, if being considered for design and/or design-build projects. Each RFP/RFQ will include the specifications for the project, delivery and bonding requirements, current wage determination, basis for award (i.e., evaluation procedures for best value), and a point of contact, date, time and place for the submittal of proposals. All requirements under the Program will be offered via E-mail or posted on NAVFAC's Electronic Solicitation (E-Sol) website at http://www.esol.navfac.navy.mil for downloading. This will normally be the only method of distributing solicitation documents. All Program participants are encouraged to visit the E-Sol website on a daily basis for the solicitation documents issued under this Program since solicitation closings may be less than 30 days. All Program participants shall create an account for each solicitation in which they wish to participate at the website http://www.esol.navfac.navy.mil to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors.
Web Link
click here for solicitation documents covered under (http://www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20010828/ZSOL005.HTM (W-236 SN50V9E1)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on August 24, 2001 by Loren Data Corp. -- info@ld.com