Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2002 FBO #0104
SOLICITATION NOTICE

Y -- 8(a) Region IV Competitive Construction Contract, Education Center, Shaw AFB, Sumter, SC

Notice Date
3/14/2002
 
Notice Type
Solicitation Notice
 
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-0267
 
Response Due
5/31/2002
 
Archive Date
5/1/2002
 
Point of Contact
Stephen Cannon, Contract Specialist, Phone 843-820-7037, Fax 843-818-6910, - Larry Fisk, Contract Specialist, Phone 843-820-5780, Fax 843-820-6874,
 
E-Mail Address
cannonsl@efdsouth.navfac.navy.mil, fisklr@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Note: The Government shall set-aside and restrict competition for this procurement to 8(a) firms in SBA Region IV (Tennessee, Alabama, Florida, North Carolina, Georgia, Mississippi, Kentucky, and South Carolina); and 8(a) firms that have a bona fide place of business location in Region IV. POC Contract Specialist: Stephen L. Cannon, Code 0211SLC. Contracting Officer: L. R. Fisk, Code 0211. The Government intends to award a Firm-Fixed Price Construction Contract to the responsible offeror submitting the proposal considered in the best interest of the Government using the Best Value continuum process and tradeoff process in a negotiated acquisition. DESCRIPTION OF WORK: Construction of a two 2- story Education Center, using Pre-Cast Autoclaved Aerated Concrete (PAAC) walls with a split face masonry unit veneer, concrete floor and foundation with spread footings, and standing seam metal roof. Parking and sidewalks are also required. Utilities include water, sewer, and electric services and incidental related work. The facility size is approximately 2,986 square meters (32,143 square feet). Estimated construction cost range of this project is between $4,500,000 to $5,000,000. PRE-PROPOSAL CONFERENCE: A pre-proposal conference and site visit has been tentatively scheduled for 14 May 02, 1100 hours, at Shaw Air Force Base, Sumter, SC in building 250. Further information will be stated in the solicitation. To obtain Shaw AF Base Access contact: Mr. Gary Cox at phone (803) 895-9617. The Government will evaluate proposals using source selection procedures with the intent to award a firm-fixed price contract to the responsible offeror whose proposal, conforms to the solicitation, as the "Best Value" to the Government, price and technical factors considered. The Government requires contractors to submit a price and technical proposal. Each proposal shall contain the offeror's best technical proposal and best price. Award will be made to the offeror whose technical and price proposal offers the best overall value to the Government, without discussion of such offers. The technical proposal is equal to the price proposal and will be evaluated as set forth below. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Past Performance and Technical Approach are comparatively equal but less important than Technical Qualifications. The evaluation factors and significant sub-factors are as follows: Factor 1 - Past Performance Factor 2 - Technical Qualifications Sub-Factor A - Offeror Personnel Qualifications Sub-Factor B - PAAC Manufacturer's Personnel Qualifications Factor 3- Technical Approach Sub-Factor A - Construction Time Sub-Factor B - CPM Schedule Sub-Factor C - Equipment Sub-Factor D - Experience Modifier Ratio This work is located at Shaw Air Force Base, Sumter, South Carolina. 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. RFP ISSUE DATE: The Government intends to issue the Request for Proposals on or about 01 May 2002. Proposals will be due around 31 May 2002. The exact date will be stipulated in the RFP. NOTE: Since the Government intends to issue the solicitation through the use of the Internet, offerors must register on the Internet at http://www.esol.navfac.navy.mil. Propective offerors may access the entire solicitation postings, including the plans and specs, on the Internet for viewing and downloading through the above referenced link, although the download time may be excessive. Offerors may also purchase Electronic Copies of the plans and specifications in a compact disk format (CD ROM) from the Defense Automated Printing Service. The official plan holders list will be maintained and can be printed 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 OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. A separate phase for submittals of 60 days shall precede the construction phase. The estimated time for construction (phase 2) completion is 365 days. If problems arise concerning receipt of the CD ROM, contact Paula Brooks at (843) 743-4040. For inquiries about the date of receipt of proposals or the number of amendments, contact Crystal Potts, Management Program Assistant at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to (843) 818-6910, Attn: Stephen L. Cannon, Contract Specialist, Code 0211SLC; or email to CannonSL@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 233320: Commercial and Institutional Building Construction. The Size Standard is $28,500,000.00.
 
Place of Performance
Address: SHAW AFB, SUMTER, SC
 
Record
SN00042812-W 20020316/020314213445 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.