Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

Z -- Interior and Exterior Renovation of Building 5, Naval Station Great Lakes, Great Lakes, IL

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N68950-04-R-0029
 
Response Due
6/25/2004
 
Archive Date
7/10/2004
 
Point of Contact
Richard Simon, Contract Officer, Phone 847-688-2600x129, Fax 847-688-6567,
 
E-Mail Address
simonrj@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SYNOPSIS SYNOPSIS. This solicitation is being issued as an 8(a) Set-Aside. This is a two-step design/build construction renovation project, Request for Proposals, Number N68950-04-R-0029. It is the intent and objective of the Government to obtain services including all labor, material, transportation, equipment and supervision required for the design and construction effort for the repair of all interior and exterior structures at the first floor, basement and mezzanine areas of Building 5, Naval Station Great Lakes, Great Lakes, IL. The interior work includes repairing/replacing the interior walls, flooring, ceiling, doors, heads, plumbing, HVAC/sprinkler systems, electrical, HAZMAT, and related work. The exterior work includes the replacement of deteriorated stairs, terra cotta pieces, brick work, coping, flashing, roofing, lintels, windows and doors and frames, loading dock and overhead doors, concrete steps, lights and related work. Tuck-pointing and caulking will be required for all masonry and other exterior joints. Sidewalk repair will also be required. The building is considered a ?historical? building. The estimated cost of the entire project is in the range of $4,000,000.00 to $5,000,000.00. The NAICS Code is 236220 (Commercial and Institutional Building Construction.) The Small Business size standard is $28.5 million. The government desires the number of days for completion for the design and renovation of the facility not-to-exceed 270 calendar days (90 days for design and design approval and 180 days for the actual construction effort.) The solicitation, when issued, will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by FAR section 15.203 for a competitive negotiated procurement utilizing the authorized 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 best value to the Government. In accordance with FAR 36.3, this procurement will consist of two phases and can be summarized as follows: Phase I. Proposals will be evaluated on: a. Past Performance and Relevant Project Experience for the Design & Construction Teams. b. Technical Qualifications (Design/Construction and Management Approach) Phase II. A maximum of five (5) offerors will advance to Phase II. The Proposals will be evaluated on: a. Technical Proposal b. Price Proposal A solicitation for phase 1 is expected to be released by May 25, 2004 with a closing date of June 25, 2004. We anticipate issuing the Phase 2 RFP by July 29, 2004. Contractor proposals for phase 2 will be due approximately 30 calendar days after RFP issue date. After receipt of phase 2 proposal packages, the Government may choose to award based on this initial proposal without discussions. If required, in accordance with FAR 15.306, clarifications and discussions may be enacted, and a final revised proposal will be requested. The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; to award to the offeror submitting the highest technically rated or the lowest total price proposal and to award to the offeror submitting the proposal determined to be the most advantageous ?Best Value? to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE IN PHASE II, WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Phase II proposals will be requested initially on the most favorable price and technical terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the offerors will be required to submit technical solutions and a price proposal for the project. The Phase II technical proposal will require preparation of a limited design solution for the project and other submittals that address factors defining the quality of construction. Price proposals will include total evaluated price, including evaluation of scope/design options within the Government?s published budget for award. The ?BEST VALUE? proposal for the project will be awarded the project. Unsuccessful offerors participating in Phase II of the project will not be eligible to receive stipends or compensation for proposal preparation costs. 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. 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 official planholders list will be created from the internet registration and will be available from the website only. Amendments will 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. IMPORTANT NOTICE: Offerors are required to be registered in the Central Contractor Registration (CCR) database prior to award of a contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. Registration in the CCR database can be accomplished at the website http://www.ccr.gov.. 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. For inquiries about this solicitation, please contact Mr. Richard J. Simon at EFA-Midwest, 201 Decatur Avenue, Great Lakes, IL 60088-5600, (847) 688-2600 x 129, e-mail to: rick.simon@navy.mil.
 
Place of Performance
Address: Building 5, Naval Station Great Lakes, Great Lakes, IL
Zip Code: 60088
Country: US
 
Record
SN00584802-W 20040514/040512212356 (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.