Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

99 -- Demolition of Buildings 25 and 28, Naval Station, Great Lakes IL

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
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-0015
 
Archive Date
6/30/2004
 
Point of Contact
Marla Littlefield, Contract Specialist, Phone 847-688-2600x121, Fax 847-688-6567, - Ronald Clark, Contract Specialist, Phone 847-688-2600x106, Fax 847-688-6567,
 
E-Mail Address
littlefieldmj@efdsouth.navfac.navy.mil, clarkrr@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
PRE-SOLICITATION: N68950-04-R-0015 Demolition of Buildings 25 and 28, Naval Station, Great Lakes, Illinois This pre-solicitation notice is for information only in accordance with FAR 5.203. The acquisition will be awarded on the basis of competition for the SBA 8(a) program. The resulting award will be a firm-fixed price competitive source selection demolition contract requiring both price and technical proposals. The Service Contract Act will apply in accordance with FAR 37.301. In accordance with FAR 28.103-1, bonding is required for 20% of the base price, a performance bond of 100% and a payment bond of 50%. The prime contractor must perform 50% of the work per FAR 52.219-14(1). DO NOT REQUEST SOLICITATION DOCUMENTS UNTIL THE RFP IS ISSUED. The proposed solicitation number will be N68950-04-R-0015 issued on or about June 30, 2004 depending upon availability of funds. It will be available for viewing and downloading at Internet web address http://www.esol.navfac.navy.mil. All prospective offerors must register themselves on the NAVFAC Internet web site. The ?Official Planholders List? will be created by this registration and will be available from the web site only. Amendments will also be posted on the web site for downloading. This will normally be the method of distributing amendments; therefore, it is the offoror?s responsibility to check the web site periodically for any amendments to this solicitation. The estimated cost of the entire project is in the range of $1,000,000 to $5,000,000 (including options). The NAICS code is 238910 (previously SIC 1795); size standard is $12,000,000. The solicitation will result in the award of one Firm Fixed Price Contract to one 8(a) contractor who provides the most advantageous, responsive and responsible proposal resulting in the best value to the government, price and other factors considered. It is the intent and objective of the Government to obtain services for the demolition and removal of Buildings 25 and 28 located at Naval Station, Great Lakes, Illinois. The buildings include, but are not limited to brick and CMU block and concrete structure with wood windows, basement, breezeways, sewer and water lines, electrical equipment, and heating units. The buildings are approximately 72,916 square feet each of concrete block and structure, with wood windows and basement. The base award will be Building 25 with an estimated performance period of 120 days. An option for Building 28 will be dependent upon availability of funds with an estimated period of performance for 90 days. Estimated completion date is April 28, 2005. The buildings are heavily contaminated with lead and asbestos and other hazardous materials. A comprehensive environmental survey will be released as part of the RFP. The abandoned buildings are deteriorated and pose safety hazards. Both are located on Farragut Avenue, West of Ross Field and were built in 1906 as main training dormitories. These buildings are located close to the main gate and pose a safety hazard due to falling terra cotta pieces. The work includes all labor, material, transportation, equipment and supervision required for complete demolition of Buildings 25 and 28. This work will include removal of hazardous materials, floor slabs, full depth foundations, portion of exterior pavement, sidewalks, piping and associated utilities. Site restoration will include replacing existing utilities, exterior lighting, pavement and sidewalks, backfill, compaction and landscaping and associated works. The solicitation for the acquisition of this demolition project will be formatted as a Request for Proposal (RFP) in accordance with Far 15.1 FOR A COMPETITIVE NEGOTIATED PROCUREMENT UTILIZING the one-step source selection method. 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. The offers may be evaluated on the following technical factors: Factor A?Past Performance and Relevant Project Experience; and Factor B ? Technical Requirements which includes Project Organization, Quality Control and Safety and Health, and Asbestos Abatement. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. Firms are expected to participate in any pre-proposal conferences to be announced at a later date. 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 time of contract award. Firms submitting technical and price proposals will not be compensated for documents. The Government reserves the right to reject any or all proposals 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; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Therefore, proposals should be submitted initially on the most favorable terms. A pre-proposal conference will be scheduled and indicated in the RFP. IMPORTANT NOTICE: Effective 5/31/1998, all contractors submitting bids, proposals or quotes on DOD solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The CCR website can be accessed at www.ccr.gov Reference is made to the RFP DFARS Clause 252.204-7004. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR. Please hold calls until RFP is released. Navy point of contact is Ms. Marla J. Littlefield, Contract Specialist, at 847-688-2600 x 121 or FAX to 847-688-6567 or email to marla.littlefield@navy.mil. SBA contact is Mr. Robert Conner at 312-353-9098 or Robert.Conner@SBA.gov. Contracting Office address is Engineering Field Activity Midwest, 201 Decatur Avenue, Building 1A, Great Lakes, IL 60088-2801. Estimated Award Date is September 2004.
 
Place of Performance
Address: Naval Station, Great Lakes, Illinois
Zip Code: 60088-2801
Country: USA
 
Record
SN00589717-W 20040522/040520212409 (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.