Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

Y -- WHOLEHOUSE REVITALIZATION PHASE II, NAS MERIDIAN, MS

Notice Date
11/5/2001
 
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
N62467-01-R-0372
 
Response Due
12/21/2001
 
Point of Contact
Susan Clark, Program Management Assistant, Phone 843-820-5775, Fax 843-818-6313, - Susan Clark, Program Management Assistant, Phone 843-820-5775, Fax 843-818-6313,
 
E-Mail Address
clarksm@efdsouth.navfac.navy.mil, clarksm@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The design-build project consists of the design and revitalization of up to 118 three and four bedroom enlisted and officer Capehart style-housing units located in the Pinecrest and Juniper Ridge neighborhoods at NAS Meridian, MS. Unit types C1 C2, E1, E2, D1 and D2 are duplex buildings. Unit types H1, J1, and K1 are single-family buildings. Work will require exterior and interior renovations, demolition and removal of existing materials including lead-based paint, asbestos containing materials and other materials containing environmental hazards. Units shall be gutted down to the wood framing materials throughout unit interior and storage rooms.. Improvements shall include complete renovation of baths and kitchens. Improvements shall include, but not limited to, replacement of windows, interior and exterior doors, floors, ceilings, electrical system, HVAC system, and plumbing system. Work shall include cutting of floor slabs for replacement of plumbing systems and replacement of termite damaged wood. Six of the units shall be renovated to be adaptable to accommodate physically challenged occupants. Renovation of one prototype (D1 or D2) will be required prior to beginning construction on D1, D2, H1, J1 and K1 units. Renovation of units C1, C2, E1, and E2 may began after completion of the design. The contractor will be given 12 units at a time for renovation. As each unit is accepted by the government, an additional unit will be made available to the contractor. Units C1, C2, E1, E2, D1, D2 will be given to the contractor on a duplex building basis and accepted on a duplex basis. The estimated cost for design and construction of the project is between $5,000,000 and $10,000,000. Price proposals will include total evaluated price, such as, base proposal, options, and evaluation of scope/design options within the Government?s published budget for award. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the ?best value? to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to approximately five (5) offerors (design-build firms or teams) based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Technical Qualifications, and Management Approach. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the project. Price proposals will include total evaluated price, such as, base proposal, options, and evaluation of scope/design options within the Government?s published budget for award. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated; and award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND SELECT PHASE II OFFERORS 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. The Government intends to issue the Phase I Request for Proposals (RFP) electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about 14 November 2001. Phase I proposals will be due around 17 December 2001. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The Phase II RFP, including the plans and specs, will be posted at a later date on the NAVFAC web site for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the Phase II plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-4040. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will 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. For inquiries about the date of receipt of proposals or the number of amendments, contact Susan Clark at (843) 820-5775. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to (843) 820-5853, Attn: John Jeffries, ACQ 12JJ; or e-mailed to jeffriesja@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 23321: Single Family Housing Construction. The Small Business Size Standard is $27,500,000.00. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-NOV-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 13-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-01-R-0372/listing.html)
 
Place of Performance
Address: NAS MERIDIAN, MS
Country: USA
 
Record
SN00140130-F 20020815/020813221457 (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.