Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
MODIFICATION

Y -- Bachelor Enlisted Quarters (BEQ)(Two-Phase, Design/Build)

Notice Date
3/6/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0265
 
Response Due
4/25/2002
 
Point of Contact
Barbara Green, Contract Specialist, Phone 843-820-5906, Fax 843-818-6877, - Larry Fisk, Contract Specialist, Phone 843-820-5780, Fax 843-820-6874,
 
E-Mail Address
greenbj@efdsouth.navfac.navy.mil, fisklr@efdsouth.navfac.navy.mil
 
Description
Posted Date 03/06/02: Phase I has concluded and offerors have been selected to proceed to PHASE II for the subject RFP. The following PHASE I offerors have authorized release of their names: (1) Coakley & Williams Construction, Ste 300, 16 South Summit Avenue, Gaithersburg, MD 20877, POC: Terrence Caulfield, and Phone No. 301/963-5000; (2) W. G. Yates & Sons Construction Company, ste 634, 5050 Poplar Avenue, Memphis, TN 38157, POC: R. Scott Spence and Phone No. 901/761-0010; (3) Scott Guernsey Solutions, LLC, ste 200, 5555 N. Grand Blvd., Oklahoma City, OK 73112, POC: Eddie Scott and Phone No. 405/416-8400; (4) C. F. Jordan, LP, 9639 Greenville Ave., Dallas, TX 75243, POC: Roy Miller and Phone No. 214/349-7900; (5) Carothers Construction, Inc., 7084 CR 436, P. O. Box 687, Water Valley, MS 38965, POC: Laurie Howell and Phone No. 662/473-2525. PHASE II Plans and Specification will be issued on the Web only. Phase II Plans and Specifications will be issued on or about 11 March 2002 (will be available for viewing and downloading at www.ets.gov). PHASE II Proposals will be due 45 days from the date Plans and Specifications are place on the web site. Amendments will be posted on the web site 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. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/818-6877or emailed greenbj@efdsouth.navfac.navy.mil Attn: Barbara Green, Code ACQ11BG. For inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The issue date for Phase I is 21 December 2001. The project includes the design and construction of a new Bachelor Enlisted Quarters. Work includes integrated site development and incidental related work to provide a complete and useable facility. The construction of this project will provide antiterrorism force protection/physical security in compliance with the minimum construction standards as directed in interim Department of Defense Antiterrorism/Force Protection Construction Standards dated December 16, 1999. The project includes the design and construction of a new multi story Bachelor Enlisted Quarters for E1-E5 permanent party personnel. This new BEQ will be built to the Navy 1+1 (enhanced) standard and will consist of 59 modules each containing two bedrooms with shared kitchen and bath facilities. BEQ square footage 3894m2 = 41,915 square feet. Gross module area is 53.7 square meters (578 square feet). Gross building area is 66 square meters (710 square feet). Gross building area is measured to the outside face of exterior enclosure walls. Normal roof overhangs are not included in gross building area. Exterior covered areas such as balconies count as half area, and are measured from the face of the enclosure wall to the edge of the covered area. Stairs count as half area per floor they serve. Mechanical, electrical, circulation and core areas comprise this difference of 12.3 sq meters (132 square feet). Building contains building managers office, housekeeping, laundry, lounges and vending areas. Building also may contain CMU/masonry exterior finish, metal standing seam roof; double tempered insulated aluminum framed windows; carpeting in sleeping rooms and lounges, vinyl floors in kitchenettes, vinyl composite tile in storage areas, bedroom entries and ceramic tile in bathrooms, acrylic covered walls in sleeping rooms and lounges, ceramic tile walls in baths and painted walls in laundry and storage areas; HVAC including continuous exhaust and conditioned makeup air; complete electrical system including electrical equipment wiring and lighting, fire protection system comprised of sprinklers and fire alarms cable TV modem and telephone hook-ups in all sleeping rooms and lounges. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be BEST VALUED to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A - Past Performance: (Design and Construction); FACTOR B - Small Business Subcontracting Effort, applies to small and large business. Technical Approach, and FACTOR C - Technical Qualifications (Design and Construction); FACTOR D - Management Approach. The highest rated offerors, typically 3 to 5 (not to exceed five), will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on: FACTOR A - Past Performance (Phase I submitted will be utilized); FACTOR B - Small Business Subcontracting Effort (applies to small and large business); FACTOR C - Technical Qualifications (same as Phase I); FACTOR D - Technical Solution; and Price Proposal. 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 proposer 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. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that 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 OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 21 December 2001. PHASE II WILL BE ISSUED AT A LATER DATE. THERE WILL BE A NON-REFUNDABLE CHARGE FOR PHASE II PLANS AND SPECIFICATIONS. The entire solicitation, including plans and specifications, is available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders list will be maintained and can be printed from the web from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about Proposals Due 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 843/818-6877, Attn: Barbara Green, Code ACQ11BG. The estimated range is between $7,200,000 and $8,000,000. The estimated days for completion is 550 calendar days. The NAICS Code for this project is 23322: General Contractors - Residential Buildings, Other Than Single-Family. The Standard Size is $25,500,000.00.
 
Place of Performance
Address: Naval Air Station - Joint Reserve Base, Ft. Worth, TX
 
Record
SN00037144-W 20020308/020307125006 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.