Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

Y -- 196 PERSON DORMITORY AND RELATED DEMOLITION WORK (TWO-PHASE, DESIGN/BUILD)

Notice Date
9/5/2002
 
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-0268
 
Response Due
10/29/2002
 
Point of Contact
Stephen Cannon, Contract Specialist, Phone 843-820-7037, Fax 843-818-6910, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
cannonsl@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. POC: Stephen L. Cannon, Contract Specialist, Code ACQ11.SC, Larry R. Fisk, Contracting Officer, Code ACQ11. 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. JOB DESCRIPTION: This quality of life project provides for the design and construction (Design/Build) of a 196-person dormitory at Barksdale Air Force Base, Louisiana. The work includes, but is not limited to, the demolition of the Base Exchange (BX), Building 4265 approximately 67,544 SF, (6,275 SM), and the construction of a new 196-person dormitory at Barksdale Air Force Base, Louisiana. Work includes all supporting utilities, site work, parking, and demolition of a segment of Douhet Drive. THE CONSTRUCTION SITE IS NOT EXPECTED TO BE AVAILABLE UNTIL FEBRUARY 2004 (TARGET DATE FOR THE NEW BX TO BE COMPLETED AND THE OLD BX TO BE VACATED). THIS PROJECT WILL HAVE TWO PHASES: A DESIGN PHASE WHICH WILL BEGIN FROM DATE OF CONTRACT AWARD AND MAY LAST UNTIL FEBRUARY 2004; AND A CONSTRUCTION PHASE WHICH WOULD BE BASED ON A START DATE OF ON OR AROUND FEBRUARY 2004 AND PROVIDE A MAXIMUM CONSTRUCTION TIME OF FIFTEEN(15) MONTHS. Estimated cost for design and construction is between $9,500,000.00 and $10,500,000.00. The work includes the preparation of design and construction plans and specifications and all other related construction documents for approval by the Government for a complete and usable facility. The project shall be designed and constructed using Sustainable Design Principles and an integrated team approach to provide a facility that (a) optimizes energy efficiency on a life cycle cost basis; (b) promotes occupant productivity and health; (c) utilizes construction techniques and materials that promote resource conservation and environmental responsibility-durable, recyclable, recycled content, locally available, minimize construction waste, etc. These principles are further explained in the Navy's WHOLE BUILDING DESIGN GUIDE, located at http://www.wbdg.org/index.asp (currently under development). Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price 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 equally weighted 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. The Phase II Technical proposal will require preparation of a limited design solution for the project; Small Business Subcontracting Effort; and other factors that define the quality of management, design, and construction. Price proposals will include total evaluated price, such as, 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 would 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 26 September 2002. Phase I proposals will be due on or around 29 October 2002. The exact date will be stipulated in the RFP. Offerors must create an account for themselves (if not already registered) on the Internet at http://esol.navfac.navy.mil and register under this specific solicitation as plan holders. The Phase II RFP, including the plans and specs, will be posted 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 Document Automation and Production Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-2500. The official planholders 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 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. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing fifteen(15) days before proposals are due to the address listed above, or faxed to (843) 818-6910, Attn: Stephen L. Cannon, Code ACQ11SC, or e-mailed to CannonSL@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 233320: Commercial and Institutional Building Construction. The Small Business Size Standard is $28,500,000.00. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-SEP-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 06-DEC-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-02-R-0268/listing.html)
 
Place of Performance
Address: BARKSDALE AIR FORCE BASE, LA
 
Record
SN00218641-F 20021208/021206220051 (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.