Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

Z -- Mine Warefare Training Center, Naval Station, Ingleside, TX

Notice Date
2/26/2003
 
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-0096
 
Response Due
4/17/2003
 
Point of Contact
John Jeffries, Contract Specialist, Phone 843-743-7575 x-5345, Fax 843-820-5853, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
jeffriesja@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS AN 8(a) Competitive Set Aside, INVITING FULL AND OPEN COMPETITION AMONG 8(a) firms in the State of Texas. The NAICS is 236220 (previously 233320) and Size Standard is $28.5M. GENERAL REQUIREMENTS: Naval Station Ingleside is home to 25 of the Navy's newest mine countermeasures ships, coastal mine hunters and the MCM command and control ship. As well, the Mine Warfare Training Center, now designated the Navy's Mine Warfare Center of Excellence is located at NAVSTA Ingleside. The mission of Mine Warfare Training Center is to act as the premier instructional site for current mine warfare tactics, planning, and systems; and provide state-of-the-art training in shipboard fire fighting, damage control, Leadership Training Continuum and selected engineering systems and administrative programs. The MWTC is a highly specialized, one-of-a-kind facility. The project constructs addition(s) to the existing Mine Warfare Training Facility, Building 208. Building 208 was completed in the1996 timeframe. The addition(s) will provide operation and maintenance training facilities for the new generation of mine warfare organic assets, weapons systems, enlisted and officer training, local training authorities (LTA) lessons, and room to accommodate additional instructors to meet the new requirements. The goal of the project is to increase capacity of the existing facility with the addition of administration (office), training (classrooms), and Lab (High Bay) space within the constraints of the existing site plan. The finished facility will be a steel frame building addition(s) with concrete masonry unit and brick veneer exterior walls, a built-up roof on insulated decking and steel truss system, insulated metal stud and gypsum panel interior walls with typical commercial grade drop ceiling, a steel reinforced concrete foundation with support beams, fire protection system, and heating, ventilating and air conditioning system. Spaces in facility include classified auditorium space, dedicated laboratories for specialized equipment mock ups, classrooms, student lounge, instructor lounge, administration space, and 45 foot tall mines bay. Project includes all utilities, general site work, parking for 60 vehicles, and Antiterriorism/Force Protection. The Government will award a contract resulting from this solicitation to the responsive/responsible 8(a) proposer whose proposal conforming to the solicitation will be the 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 - Technical Qualifications (1) Design and (2) Construction, FACTOR C - Management Approach. A maximum of five (5) firms will be selected to submit Technical and Price proposals in Phase II. Phase II Qualified Proposers will be evaluated on FACTOR A - Past Performance (same as Phase I unless conditions change); FACTOR B - Technical Qualifications (same as Phase I unless conditions change); and FACTOR C - Technical Solutions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. During Phase II of the process, PROPOSERS ARE ADVISED THAT THE GOVERNMENT RESERVES THE RIGHT TO EVALUATE 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 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. The Government is issuing Phase I on or approximately 17 MARCH, 2003 with a closing date of 17 APRIL 2003 at 3:00PM (EDT). Phase I solicitation will be placed on the WEB site only. Phase II will be issued at a later date. Participants in Phase II will be notified via email. The entire solicitation, including any plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register on the website. The official plan holders list will be maintained and can be printed from the website. Amendments will be posted on the website for downloading. This will normally be the ONLY method of distributing Amendments. Therefore, it is the offeror's responsibility to check the website periodically for any Amendments to this solicitation. Offeror's are required to be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries concerning the proposal due or number of Amendments issued, contact Shirley Shumer at 843-820-5923. Technical inquiries must be emailed in a word file fifteen (15) days before proposals are due to jeffriesja@efdsouth.navfac.navy.mil. The estimated value is between $4,096,000 and $4,994,000. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-SEP-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-03-R-0096/listing.html)
 
Place of Performance
Address: Naval Station, Ingleside, Texas
 
Record
SN00426278-F 20030906/030904214010 (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.