Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

Y -- Recruit Training Facility Addition (Two-Phase, Design/Build), Marine Corps Recruit Depot, Parris Island, SC

Notice Date
10/14/2003
 
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
N62467-04-R-0056
 
Response Due
12/2/2003
 
Point of Contact
Barbara Green, Contract Specialist, Phone 843-820-5906, Fax 843-818-6877, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
greenbj@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. This procurement is for the award of a Design Build contract. The Two-Phase, Design-Build Request for Proposal procedures will be utilized for this procurement. It consists of the design and construction of a RECRUIT TRAINING FACILITY ADDITION, MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND, SC. DESCRIPTION: This new structure will be an addition to the Recruit Training Facility. The concrete masonry addition will be a high single story building with a sloped classroom floor, fixed seating, acoustically treated wall panels and ceilings, raised stage with projection screen, brick facing and standing seam metal roof. The addition will provide fixed seating for 600 recruits. Special construction features include high ceiling, high building construction, acoustical treatment, folding partition walls, projection screen, projection room, and public address system. Paving and site improvements include lighted and paved parking, exterior corridors and sidewalks. The estimated cost for design and construction of the project is between $2,970,000 and $3,300,000. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design/build 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 design-build factors that include: FACTOR A-Past Performance, 1-Design Team, and 2-Construction Team; FACTOR B-Small Business Effort (Phase I); FACTOR C-Technical Qualifications, 1-Design Team and 2-Construction Team; and FACTOR D-Management Approach. There are no Plans and Specifications in Phase I. A maximum of five (5) firms will be selected to submit Technical and Price Proposals for Phase II and an amendment will be issued to those firms only. 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. Price proposals will include total evaluated price, such as, base proposal, options, and evaluation of scope/design options within the Governments 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 EVALUATE 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 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. 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 29 October 2003. Phase I proposals will be due on 02 December 2003. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The Phase II RFP, including the plans and specs, will be posted at a later date 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 Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks at (843)743-2500, ext. 24. The Fax Number for Daps is (843)743-2505. The official plan holders 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 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 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 15 days before proposals are due to the address listed above; faxed to (843) 818-6877, Attn: Barbara Green, Code ACQ11BG; or e-mailed to greenbj@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS is 236210: Industrial Building Construction and Size Standard is $28.5M. Once the government has determined those firms qualified to proceed onto Phase II, an amendment with plans and specifications will be issued. Only those firms will be allowed to respond with their technical price in accordance with Phase II criteria.
 
Place of Performance
Address: Marine Corps Recruit Depot, Parris Island, SC
 
Record
SN00452207-W 20031016/031014213259 (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.