Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
MODIFICATION

Y -- FY03-REPLACE FAMILY HOUSING

Notice Date
11/22/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-02-R-0048
 
Response Due
12/10/2002
 
Point of Contact
Sandra Hughes, Contract Specialist, Phone 202-685-8212, Fax 202-433-2600,
 
E-Mail Address
Hughessk@efaches.navfac.navy.mil
 
Description
This procurement is unrestricted. The North American Industry Classification System (NAICS) is 233320 and the size standard is 27.5 million. This Design/Build Project will be acquired through the use of a Two Phase Selection process. Budgeted amount for this project is not-to-exceed $15,000,000. The procurement will be conducted using Source Selection Procedures. Award will be based on best value to the government considering priced and non-priced factors, which will be sited in the solicitation. The project FY-03 Replace Family Housing at Andrews Air Force Base, Maryland will design and construct 105 Housing units including building 1508 (General Officers Quarters) . The design and construction shall comply with the specifications and requirements contained in the Design Build-Request for Proposals (DB-RFP). The design and technical criteria contained and cited in the Design Build RFP establishes minimum standards for design and construction quality for the entire project. The project to replace family housing at AAFB shall provide a high quality of life for Military personnel and their families. The objective of this project is to obtain from the Design Build Contractor design and construction of turn-key structures, complete and usable facility with all utilities, landscaping, trash enclosures, storm water management design, and site amenities. The project shall provide energy and water efficient mechanical, electrical and plumbing systems, provide durable low maintenance finishes, include and promote innovative design approach, include and promote sustainable design features, and provide aesthetically pleasing, and progressive image for the installation community in which the project is located. The architecture, site design, landscape architecture, and exterior appearance shall closely match the established architectural context and character of surrounding community. The contractor will provide sustainable design as part of the design. If approved by the Contracting Officer the Contractor is required to provide a certified rating for LEEDS sustainable design for this project. The Contractor shall use the information in the RFP for the development of the design. The geo-technical will be provided to inform the Contractor of the subsurface soil conditions located at the construction site. Except for those items specifically stated to be furnished by the Government, the Contractor shall furnish all labor, materials, and equipment in connection with the asbestos and lead paint removal including asbestos, lead paint or petroleum contaminated soil, replacement and demolition of existing housing units and construction of new housing units at Andrews Air Force Base, Maryland. The works included in the project are, but not limited to the following: Demolish and replace family housing including existing structures, utilities, support facilities and improvements. Construct new housing units, utilities and improvements as follows: 1) Replace Existing Family Housing with new state of the art facility Phase-1A FY 64: Demolish and replace with new 53 units, including 1 General Officers Quarters, 4 Bedroom unit (min. 2600 gsf to max. 4060 gsf) ) + 2car garage; 16 JNCO 4 Bedroom units (min. 1670 gsf to max. 2220 gsf) + 1car garage; and 36 JNCO 3 Bedroom units (min. 1490 gsf to max. 1760 gsf) ) + 1car garage. 2) Replace Military Family Housing, Phase-1B FY-72 with new state of the art housing units. Demolish all 52 units and replace 28 JNCO 4 Bedroom units units (min. 1670 gsf to max. 2220 gsf) + 1car garage and 24 JNCO 3 Bedroom units (min. 1490 gsf to max. 1760 gsf) ) + 1car garage. Shutoff, cap, and discontinue utilities to housing units to be demolished, and continue utilities to remaining units. Gas and water service shall be located and capped prior to demolition of facilities. The Contractor shall provide complete design and construction documents for the following unit types: a) GOQ Phase 1A Vandenberg Site; b) JNCO 4 Bedroom Phase 1A and 1B and c) JNCO 3 Bedroom Phase 1A and 1B. Contractor shall be responsible for removal and transport of all hazardous material. Remove all existing concrete housing pads, curbs, gutters, and roadways. Completely fill below-grade areas and voids resulting from demolition of structures. Protect all trees around the housing units that are not indicated to be demolished. Provide landscaping, playground areas and equipment and site amenities for the new neighborhoods. Provide new underground utility distribution to all new housing units. Provide new street lighting. The Contractor shall provide the services of licensed professionals for development of the project for each of the required disciplines. Permits will be obtained from Base, local, state and federal agencies including Soil Erosion and Sediment Control Plans and Grading Plans. The design-build contractor (D/B) shall be responsible for application, application fees, bonds, permit costs and complete processing of all permits required for construction of units and all utilities. The D/B contractor is responsible for coordinating all utility work in the project including telephone, gas, water, electric and cable TV service. Process and obtain all permits through the Base Civil Engineer's office. PHASE I REQUIREMENT RESPONSES TO PHASE I - EVALUATION FACTORS SHALL BE SUBMITTED IN AN ORIGINAL AND FIVE COPIES, IN THREE RING BINDERS AND ARE DUE AT THE OFFICE OF THE ENGINEERING FIELD CHESAPEAKE, ATTN: SANDRA HUGHES, 1ST FLOOR MAILROOM, 1315 HARWOOD STREET SE, BUILDING 212, WASHINGTON NAVY YARD, DC 20374-5018, SUBMISSION S MUST BE DATED STAMPED AND RECEIVED BY 1:00P.M. ON 10 DECEMBER 2002 PHASE I EVALUATION FACTORS: 1. PAST PERFORMANCE: Past performance for both the construction contractor and the designer shall be evaluated. As past performance is the single most reliable predictor of future performance the Government shall evaluate the quality of each offeror's past performance. This assessment shall include the offerors record of conforming to the statements of work, request for proposals (RFP), and standards of good workmanship, Administrative and Subcontractor management aspects of performance. The Offeror's control of costs including cost incurred for changed work. The offeror's reputation for reasonable and cooperative behavior and overall concerns for the client. This assessment will be utilized as follows: A) The assessment of the offerors past performance will be used as one means of evaluating the credibility of the offeror's technical/management proposal. A record of less than satisfactory performance may be an indication that the promises made by the offeror are less than reliable. B) The assessment of the offeror past performance will be used as one means of evaluating the relative capability of the offeror and other competitors, therefore be given a more favorable evaluation than another whose record is only satisfactory, even though both may have an acceptable technical/management proposal. C) An offeror proposing as a joint venture may receive a neutral rating for past performance if a history of performance as a joint venture is not provided. Risk for performance may be elevated if an offeror lacks past performance with the proposed design agent. Past performance will be evaluated using the information required and provided under Factor 1 - Design/Build Experience. The government will also draw from available CCAS and ACAS database reports and will consider other information obtained from other sources. The evaluation of past performance is a subjective assessment based on a consideration of all relevant facts and circumstances. The government will seek to determine whether the offerors have consistently demonstrated a commitment to customer satisfaction and timely delivery of quality goods and services at fair and reasonable prices. 2. TECHNICAL/MANAGEMENT FACTOR - DESIGN/BUILD EXPERIENCE: For the Design Build Team, the offeror shall provide: a) the name, address, point of contact and telephone number for each entity and b) the business relationship of the team (prime/subcontractor, joint venture, etc.) The offerors shall provide a maximum of 3 projects designed and/or constructed within the last 5 years. The projects submitted shall consist of projects that are (1) similar in size to that proposed, (2) similar to the construction type proposed, and (3) that demonstrate past design/build experience with the proposed team. The project experience submitted shall include a) Contract number, project title, location, name, telephone number and facsimile numbers of the point of contact of the person most familiar with the day-to-day performance of the entire project. b) Contract Type (fixed price, cost plus, GMP, etc.). c) Original Contract award amount and final contract value. d) Original scheduled completion dates, and final completion dates. e) The Offeror shall provide the most recent SF254 and SF255 for the design A-E demonstrating their experience in designing similar projects in size and scope. Additionally, the offeror shall provide the history and description of the past projects of the design build team that exemplify Sustainable Design Practices and demonstrate experience with National Capital Planning Commission. 3. TECHNICAL /MANAGEMENT FACTOR - PROJECT TEAM AND CAPABILITIES: The offerors shall provide the resumes of the proposed key design and construction individuals. At a minimum: Provide the resume for the project manager, superintendent, quality control manager, safety manager and each key design individual assigned to this project which should indicate the qualifications and degree of experience. Offerors should indicate whether any of these individuals were assigned to any projects referenced under Technical/Management Factor 1. Offerors should indicate a positive commitment to the availability of these key individuals for participation on this project. Provide an 8x11 organizational chart, which clearly show lines of authority and dedication for both the design and construction phases of this project. The offerors shall provide information on bonding capabilities to include single project limit, available capacity and the surety's name, point of contact and phone number (e-mail address if available). Following the evaluation of Phase I submissions, the Contracting Officer may determine the number of offers that might otherwise be included in the competition exceeds the number by which an efficient competition can be conducted. Potential offerors are hereby notified that the Government expects no greater than a maximum number of five offerors will be invited to participate in Phase II and anticipates a sufficient number of competitors to be three. (END OF PHASE I REQUIREMENT) FOR INFORMATIONAL PURPOSE - The solicitation for Phase II will be issued on or about December 23, 2002. Phase II shall be required to submit a written technical proposal that address factor that may include: (1) Design solution-containing basis of design report and specific plans, (2) Sustainable design features, (3) Project Schedule, and (4) Small Business Subcontracting efforts. Per the dept Collection Improvement act of 1996, the Defense Federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR make an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at www.ccr2000.com or by referring to DFARS Subpart 204.73. Offeors should submit verification of their firm's registration in the CCR Database with their proposal. In accordance with FAR 5.102(a)(7), the solicitation when issued under Phase II will be available for download free of charge via the Internet Website at http://esol.navfac.navy.mil. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format. The free Acrobat Reader, required to view the PDF files, can be downloaded from website. In addition, the official plan holders list will be available for download at the website. Notification of any changes (amendments) to this solicitation will be made only on the Internet it will be the contractor's responsibility to check the website for any posted changes. For contractors who need assistance in doing business electronically, a webiste has been developed at www.acq.osd.mil/ed/.
 
Place of Performance
Address: ANDREWS AIR FORCE BASE, CAMP SPRINGS, MARYLAND
 
Record
SN00210056-W 20021124/021122213452 (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.