Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
MODIFICATION

Y -- Battle Stations Project

Notice Date
3/18/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-03-R-0014
 
Point of Contact
Katie Kuehn, Contract Specialist, Phone (847) 688-2600 x103, Fax (847) 688-6567,
 
E-Mail Address
kuehnkj@efdsouth.navfac.navy.mil
 
Description
SYNOPSIS. This solicitation is being issued on an unrestricted basis inviting full and open competition. This is a two-step design/build construction project, Request for Proposals, Number N68950-03-R-0014. It is the intent and objective of the Government to obtain services including labor, material, transportation, equipment and supervision required for the design and construction of a Battle Stations facility on the RTC campus. The Battle Stations portion will provide simulation training to help prepare Sailors to meet the immediate needs of the Fleet and will effectively combine immersive training techniques with ?reality based? Navy training scenarios. This will be the signature RTC building and comply with the Base Exterior Architecture Plan. The mission of the Battle Stations Project is to create a flexible, modular, immersive learning experience that will provide a more effective, comprehensive learning environment for new recruits. The project encompasses approximately 192,200 square feet, housing Battle Stations, RTC Headquarters & Administration, Recruit Division Commanders School and the Photography Lab. The RFP will provide the complete project program, site survey, utilities and geo-technical investigations, hazardous materials investigations, and performance specifications. The RFP will not include a floor plan or design solution. The estimated cost of the entire project is in the range of $70,000,000 to $80,000,000. The NAICS Code 236220, Commercial and Institutional Building Construction, Size Standard NTE $28,500,000 applies to this project. The project will be incrementally funded with approximately 15% of project funds available in Fiscal Year 2004 and the balance available in Fiscal Year 2005. The Funding Appropriation is subject to the President signing the MILCON Bills for Fiscal Year 2004 and Fiscal Year 2005. No organizational conflict of interest prohibitions will be applicable to this RFP per FAR 9.505-2(b)(3). Phase I Request for Proposals (RFP) will be available for viewing and downloading on April 4, 2003. Proposal due date is May 9, 2003, 12:00 noon. The solicitation is formatted as an RFP in accordance with the requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the Two-Phase Design-Build selection procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors? proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. This solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Past Performance/Technical Qualifications (Facility Design, Artistic/Creative Design, Instructional Design, Equipment, Sets and Software Design, and Construction), Small Business Subcontracting Effort, and Management Approach. Upon determination of the contractors advancing to Phase II, those offerors will receive a draft RFP and final scenario conceptual design deliverables. A pre-proposal conference will be held providing: storyline, training objectives, special effects, facility/program information; a tour of existing Battle Stations; a brief on an Arliegh Burke Ship; and discussions with the Navy. Phase II will include the following evaluation factors: Past Performance / Technical Qualifications; Small Business Subcontracting Effort; Conceptual Design (Drawings, Schedules, Computer Model, Square Footage Calculation); Training Systems Design; Durability, Maintainability, Sustainability of Building Systems and Training Device Systems; Project Schedule and Phasing; and Price. Unsuccessful offerors participating in Phase II of the project may receive a proposal stipend up to $100,000. The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.esol.navfac.navy.mil. All prospective offerors and plan rooms MUST register themselves on the website. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet, if necessary. The official planholders list will be created by registration and be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method of distributing amendments, therefore, it is the offeror?s responsibility to check the website periodically for any amendments to this solicitation. For inquiries about Phase I proposal, please contact Katie Kuehn, 847-688-2600 x 103, email kuehnkj@efdsouth.navfac.navy.mil. Offers will not be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
 
Place of Performance
Address: Great Lakes Naval Training Center, Great Lakes, Illinois
Zip Code: 60088
Country: USA
 
Record
SN00282177-W 20030320/030319062135 (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.