Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

Y -- Consolidated Sandblasting/Painting Facility (Two-Phase, Design/Build), Naval Submarine Base, KIngs Bay, GA

Notice Date
2/20/2003
 
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
N62467-03-R-0159
 
Point of Contact
Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
shumerso@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The new facility will be a structural steel building (3,352 sq. meter) with metal wall and roof panels, to include booths for blasting, painting and powder coating. SPECIALIZED PROJECT REQUIREMENTS - CORROSION CONTROL: Design and construction of facilities for blasting and painting of oversized tractor trailer sized components, including method for moving such equipment through process. Design and installation of built-in equipment to include booths/rooms with filtered exhaust system w/dust collectors, blast media reclaiming equipment, lifting equipment and a Powder coating process line. Design and construction of utilities to include breathing and low-pressure air, electrical service for painting and blasting equipment. Personnel support areas to include an air-conditioned break room, support offices, restrooms with shower and locker facilities. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be BEST VALUE to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A - Past Performance: (1)Design and (2)Construction; FACTOR B - Small Business Subcontracting Effort (applies to small and large business); FACTOR C - Technical Qualifications in Design and Construction; and FACTOR D - Management Approach. The highest rated offerors, typically 3 to 5 (not to exceed five), will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on the following technical factors: FACTOR A - Past Performance (as previously done in Phase I); FACTOR B - Small Business Subcontracting Effort (applies to small and large business); FACTOR C - Technical Qualifications (same as Phase I unless revised); and FACTOR D - Technical Solutions. Price will also be evaluated in Phase II. The Phase II proposals will evaluated on the basis of technical factors and price which will be considered of equal importance. 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. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 28 February 2003. PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation, including plans and specifications will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders list will be maintained and can be printed from the web 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 OFFERORS 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 Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/818-6865, Attn: Susie Conner, ACQ12SC. The estimated range is between $10,000,000 and $11,500,000. The estimated days for completion is 912 calendar days. The NAICS Code for this project is 236210: General Contractors - Manufacturing and Industrial Building Construction. The Standard Size is $28.5M.
 
Place of Performance
Address: Naval Submarine Base, Kings Bay, GA
 
Record
SN00262337-W 20030222/030220213613 (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.