Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

Y -- EXPAND AND RENOVATE MAIN EXCHANGE, NAVAL SUBMARINE BASE BANGOR, SILVERDALE, WASHINGTON

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-02-R-1009
 
Response Due
8/14/2002
 
Point of Contact
Margie Quimby, Contracting Officer, Phone 360-396-0125, Fax 360-396-0851, - Bonnie Stouffer, Contracting Officer, Phone 360-396-0266, Fax 360-396-0850,
 
E-Mail Address
quimbymd@efanw.navfac.navy.mil, stoufferbe@efanw.navfac.navy.mil
 
Description
REQUEST FOR PROPOSAL (RFP) N44255-02-R-1009, EXPAND AND RENOVATE MAIN EXCHANGE, NAVAL SUBMARINE BASE BANGOR, SILVERDALE, WA This procurement will result in a firm fixed price contract. The contract will be procured using Source Selection (negotiated) procedures, as it has been determined in accordance with Department of Defense (DoD) Directive 4105.67, DoD Instruction 4105.71 and Secretary of the Navy Instruction 7043.5A to be the most appropriate method of contracting for the subject project. This procurement is solicited for a Nonappropriated Fund Instrumentality (NAFI) using only Non-appropriated Funds. No Appropriated Funds of the United States shall be obligated, due or payable to the contractor as a result of performance of this contract. The responsible NAFI is Naval Exchange Command. Compliance with FAR, DFAR, or Component supplements, and the Small Business Act do not apply to NAFI procurements (DoD Directive 4105.67 dated 01 May 2001). The work shall be located at Naval Submarine Base Bangor, Silverdale, Washington. This Request For Proposal (RFP) includes providing all labor, materials, and equipment for: 1) demolition and removal of approximately 600 m2 of existing single-story retail, shop (barber, beauty, flower, etc), food services, and fast food (Subway) spaces ? specific items may be designated as asbestos containing material and dangerous wastes; 2) construction of approximately 4,925 m2 of additional single-story retail space, food court, administrative space, and receiving area; 3) renovation of approximately 2,407 m2 of existing retail space in the Main Exchange; and 4) construction of a new 160 space asphalt concrete parking area, and storm water retention system. The existing Main Exchange, and adjoining Commissary, will remain in operation throughout the entire contract period. The work will be sequenced to maintain the existing Main Exchange operations. All work is required to be completed by October 01, 2003. The work includes integrated site development and utilities, and incidental related work to provide a complete and useable facility. Regular working hours will consist of the time period between 7:00am to 5:00pm, 7 days a week. This RFP is issued as a Two-Stage Source Selection procurement. The information for Stage I is identified in this RFP synopsis. The time and date set forth within is for receipt of proposals for Stage I only. Stage II will be issued only to the successful offerors determined to be the three (3) most highly qualified from Stage I. Stage II solicitation documents will be issued approximately 30 days after receipt of proposals for Stage I. The Government will award after evaluations of Stage II proposals to the responsible and responsive offeror determined to be the best value to the Government. A Two-Stage Source Selection method of procurement has been selected so that award can be based on price and other non-price related factors, to permit evaluation of past performance, and to have discussions, if necessary. The contract will be awarded to the responsible Offeror who represents the best value?the proposal most advantageous to the Government, price and other factors considered. The Government reserves the right to eliminate from consideration for award any or all Offerors at any time prior to award of the contract; to negotiate with any or all Offerors in the competitive range; to award the contract to other than the Offeror submitting the lowest total price; and to award the contract to the Offeror submitting the proposal determined to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE DURING EITHER STAGE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The Government reserves the right to clarify certain aspects of proposals or conduct discussions at any time. FIRMS SUBMITTING PROPOSALS WILL NOT BE COMPENSATED. The evaluation factors for this procurement will be accomplished in two stages to establish a competitive range of no more than three (3) offerors. The Stage I evaluation factors for this procurement are: Technical Factor I ? Past Performance and Experience and Factor II ? Technical Qualifications and Experience of Key Personnel. Factor I is approximately equal in importance to Factor II. Proposals will be evaluated to determine which Offerors are the most highly qualified. A maximum of three (3) of the most highly qualified Offerors will be allowed to proceed to Stage II. THE RFP STAGE I CONSISTS OF THE FOLLOWING FACTORS I AND II ONLY: Factor I ? Past Performance and Experience. (a) Proposal Submission Requirements: 1. Of all projects completed as the Prime Contractor, the Offeror shall select a maximum of five (5) projects which best demonstrates the Offeror?s construction performance on work that is similar in scope, size, and complexity to that described herein. For each project, provide the following information: Title of Project, Description of Project (describe the major features of the project which are similar to this project), Dollar Value of Total Project Award, Owner/Customer of Completed Project (Firm, Address, Current Phone Number, and POC), Month/Year of Completion of Project, Copies of Performance Evaluation(s), Letter(s) of Appreciation/Commendation, Award(s) for the selected projects. 2. Provide the Experience Modification Rate (EMR) from the Offeror?s insurance company for the current year, and the past five years. 3. Provide the Offeror?s OSHA Form 200, (including the Log of Work-Related Injuries)/300/300A for the past five years. 4. Provide the Offeror?s Mishap Injury/Illness Rate (annual record able mishaps x 200,000 hours / total annual labor hours worked, including overtime) for the past five years: (b) Basis of Evaluation: Evaluation of this factor will be based on a subjective assessment of the Offeror?s past performance, experience, and safety record. In evaluating past performance, experience, and safety, the Government may consider information included in the Offeror?s proposal, information obtained from past and present customers, other Government agencies, and Government databases, and information obtained by any other source deemed necessary by the Government. The failure to provide requested data, to provide a point of contact (POC) that is accessible, or providing an incorrect phone number, etc could result in a lower rating. The Government will not be obligated to seek to discover or investigate a resolution for incomplete or incorrect information. The evaluation of the Offeror?s past performance will consider whether the Offeror has consistently demonstrated quality work, including the Offeror?s record of conforming to specifications and standards of good workmanship; record of recommending and/or implementing innovative approaches and/or technologies; adherence to schedules; and history of reasonable and cooperative behavior and commitment to customer satisfaction. The evaluation of the Offeror?s experience will consider the Offeror?s depth of relevant experience in the construction of projects that are similar in scope, size, and complexity to that described herein. Higher ratings may be given to those Offerors with similar project experience and favorable past performance ratings on previous Navy Exchange projects. Projects with more recent completion dates, that demonstrate relevancy to this project, may receive higher ratings. The evaluation of the Offeror?s safety record will consider the Offeror?s OSHA Form 200 Log, EMR, and MIR. Higher ratings may be given to those Offerors with EMRs less than 1.0 and MIRs less than 3.0. Factor II ? Technical Qualifications and Experience of Key Personnel. (a) Proposal Submission Requirements: Provide a matrix for each of the Offeror?s proposed personnel who will be performing the duties listed below for this project (It is understood that an Offeror?s labor category titles for these individuals may differ from those stated here. Note: The Construction Quality Control Manager may only perform the duties of the Construction Quality Control Manager). Project Manager: 1. Overall project coordination with the Government, 2. Making the day-to-day business decisions that affect the outcome of the project, 3. Awarding subcontracts, and 4. Negotiating changes. Site Superintendent: Daily coordination of trades and physical work at the job site. Construction Quality Control (QC) Manager: Implement and Manage the Construction QC program. The matrix shall outline the following information for each individual proposed to perform each of the duties listed above: 1. Name of individual, 2. Current firm with whom individual is employed, 3. Proposed duties for this project, 4. Relevant qualifications in area of proposed duties (Indicate relevant education, professional registrations, licenses, and certifications), and 5. Relevant experience in area of proposed duties for this project on specific past projects (Indicate the actual dates and duties performed on previous specific projects). (b) Basis of Evaluation: Evaluation of this factor will be based on a subjective assessment of the quality and depth of experience of the proposed project personnel in their respective assigned duties for this project. Higher ratings may be given to those Offerors whose proposed personnel have experience in their assigned duties for this project on projects that are similar in scope, size, and complexity. The Stage II evaluation factors for this procurement are Technical Factors: Factor III ? Schedule, Factor IV ? Administrative Construction Submittals, and Price Factor: Factor V ? Price. No other information regarding Stage II will be provided prior to the closing of Stage I of this RFP. Only those three (3) pre-qualified offerors from Stage I will be allowed to submit proposals for the Stage II factors. Proposals will be evaluated to determine which offer provides the best value to the Government. Best value is defined as the optimum combination of Factors I, II, III, IV, and V for this work. Factor III is more important than Factors I, II, or IV individually. Factors I and II remain approximately equal in importance and are more important than Factor IV. When combined, Factors I, II, III, and IV are approximately equal to Factor V. Evaluation ratings from Stage I, Factors I and II, shall be carried forward and combined with the Stage II evaluation to arrive at an overall rating for each offeror. In response to Stage I of this RFP, the proposal shall address only Stage I factors and be submitted in original and seven (7) copies to: Attn: Margie Quimby, Engineering Field Activity Northwest, Naval Facilities Engineering Command, 19917-7th Avenue NE, Poulsbo WA 98370-7570. Proposals shall use an identification system similar to the following: The proposals shall have all pages marked in the upper right hand corner with the solicitation number (N44255-02-R-1009), the Offeror?s name, and numbered consecutively beginning with the factor number (I, II) to ensure each section is distinct. Each page should indicate ?FOR OFFICIAL USE ONLY? and ? SOURCE SELECTION INFORMATION?. Each technical factor should be tabbed or otherwise separated from the other sections of the Stage I proposal. The envelope shall be clearly marked ?SOURCE SELECTION PROPOSAL FOR N44255-02-R-1009 (Attn: Ms. Margie Quimby)?. This procurement is open to all business concerns however all contractors must be registered in the Central Contractor Registration (CCR). The CCR can be accessed at the website http://www.ccr.gov. The estimated construction budgeted cost for this solicitation is $5,000,000 to $6,000,000. Although not applicable to NAFI procurements, the comparable North American Industry Classification System (NAICS) Code would be 23332 and the related small business size standard would be $27.5 million. The anticipated contract award date is 31 October 2002 and the required contract completion date for all work is 01 October 2003. All qualified responsible sources may submit an offer that shall be considered by the agency. The closing for Stage I proposals is 14:00 local time, 14 August 2002. All inquiries concerning Stage I of the subject RFP must be submitted in writing by email to Margie Quimby at quimbymd@efanw.navfac.navy.mil and must be received no later than 5 business days prior to the closing date of Stage I. The Stage II solicitation documents will be provided to the pre-qualified Stage II offerors only. However, amendments and notices for Stage I will be posted on the NAVFAC Internet Web Site http://esol.navfac.navy.mil for downloading. This will be the only method of distributing amendments or notices during Stage I. It is the responsibility of any potential offeror or plan center to self-register and check the NAVFAC web site periodically for any amendments or notices. The official plan holder?s list for Stage I will be maintained and can be printed from the NAVFAC web site only. The Stage I RFP synopsis will also be posted at the Federal Business Opportunities (FedBizOpps) Internet Web Site http://www2.eps.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N44255/N44255-02-R-1009/listing.html)
 
Place of Performance
Address: Naval Submarine Base Bangor Silverdale Washington
Country: USA
 
Record
SN00114815-F 20020713/020711215726 (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.