Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
MODIFICATION

Y -- Design and Construction of a Processing Day Barracks which includes administrative offices, recruit billeting, classrooms, and galley spaces.

Notice Date
6/7/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-04-R-0021
 
Response Due
6/24/2004
 
Archive Date
7/9/2004
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567,
 
E-Mail Address
judy.honold@navy.mil
 
Description
June 4, 2004 - This is the SYNOPSIS NOTICE for the Two Phase/Design-Build for the Process Day Barracks, Recruit Training Command, Naval Station, Great Lakes, Illinois. This notice is for information only. Do not request solicitation documents until the Phase I request for proposal (RFP) is issued. The Phase I RFP notice will have all the necessary information as to how to obtain the solicitation documents. This solicitation will be issued on an unrestricted basis inviting full and open competition nationwide. The NAICS Code 236220, (Building Construction, Industrial, General Construction Contractors, Size Standard NTE $28,500,000) applies to this project. It is the intent and objective of the Government to obtain the design and construction of the Processing Day Barracks administrative offices, recruit billeting, classrooms, and galley spaces; building equipment and furnishings; site utilities including site lighting improvements; security system site utilities infrastructure connections to Naval Station Building 179, Security Control Room; site improvements including vehicle and pedestrian pavements, parking lot improvements, landscaping and site furnishings, and contaminated site soils removal. Also included is the demolition of the following facilities: a) Building 1414, Confidence Course which is 15,000 sq. feet building constructed in 1995. The demolition must be accomplished prior to the start of the New Processing Day Barracks. b) Demolition of the Confidence Course Outdoor Running Track. The demolition of the Confidence Course Outdoor Running Track must be accomplished prior to the start of the New Processing Day Barracks and c) the demolition of Building 1420 Recruit Barracks which is 88,568 sq feet building constructed in 1972. The demolition of Building 1420 cannot start until the new Processing Day Barracks is occupied. Demolition work includes structure demolition, utilities disconnections, and removal of hazardous materials and restoration of the site. In addition, the base award will include a security system equipment design including layouts and section. Performance period for this project is 530 calendar days plus 15 calendar days for administration this also includes the demolition of Building 1420. The solicitation will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by the Federal Acquisition Regulations (FAR) Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 15.3, SOUCE SELECTION and FAR 36.3, TWO-PHASE DESIGN-BUILD SELECTION PROCEDURES. This solicitation will consist of two (2) phases. The Phase I Pre-Qualification solicitation package will be available on or about June 15, 2004 and will be available for viewing and downloading from the NAVFAC internet web site at: http://www.esol.navfac.navy.mil or at the FedBizOpps (Federal Business Opportunities) internet web site: http://www.eps.gov/spg/USN/NAVFAC/index.htm (under the location listed for the Engineering Field Activity, Midwest, Great Lakes, IL). As of 1/1/2002, the Commerce Business Daily will no longer be the official Government media and will be available at the FedBizOpps internet web site. 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. Phase I is the pre-qualification and technical submittal and will be evaluated to determine which offerors will advance to Phase II. Only those firms pre-qualified in Phase I will participate and advance to Phase II technical solutions and price. For Phase I, offerors will be evaluated on the following factors: FACTOR A - Past Performance and Relevant Project Experience for the Design and Construction Teams; FACTOR B - Technical Qualifications (Design and Construction Team Qualifications; FACTOR C - Management Approach including organizational structure, safety and experience modifier rate (EMR) and construction quality control; FACTOR D ? Small Business Subcontracting Effort and SDB Participation (Historical Program Support). NOTE: Firms submitting technical and price proposals will not be compensated for documents. Phase II solicitation documents will be issued approximately 30 days after receipt of proposals for Phase I. The Government will award a contract after evaluation of Phase II proposals resulting from this solicitation to the responsive and responsible offeror and determined by the Government to be the "Best Value" to the Government, price and technical factors considered equally. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. 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 Phase II RFP. The Phase II proposals will be evaluated on the offerors technical proposal and price proposal and will be considered equally important. The technical factors may include, but are not limited to, the following: FACTOR A ? Past Performance and Relevant Project Experience for the Design and Construction Teams. (same as Phase I unless conditions change); FACTOR B ? Technical Qualifications - Design and Construction Teams Qualifications. (same as Phase I unless conditions change); FACTOR C - Conceptual Facility Design; FACTOR D ? Durability, Maintainability, Sustainability, Quality of Building Systems; FACTOR E ? Phasing Plan/Schedule; FACTOR F ? Small Business Subcontracting Effort for this Contract. In accordance with FAR Clause 52.236-1, Contractors will be required to perform at least 15% of the work with its own organization. All prospective offerors and plan rooms MUST register themselves on the NAVFAC Internet web site. The NAVFAC internet web site address is: http://esol.navfac.navy.mil. Note: 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 offeror?s responsibility to check the web site periodically for any amendments to this solicitation. Date of Conference: A site walk/pre-proposal conference will be held approximately 15 days after the Phase II RFP is issued. When and where will be indicated in the RFP. In addition, two Pre-Award Design (PAD) Meetings will be conducted with the Phase II contractors. For any inquiries, please contact Mrs. Judith A. Honold, Contract Specialist, at 847-688-2600 X171 or FAX to 847-688-6567 or email to judy.honold@navy.mil. 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 purpose of this database is to provide basic business information, capabilities and financial information to the Government. This information will facilitate the Government?s transition to Electronic Commerce and electronic fund transfers for payment. To make registration simple, the DOD has implemented the capability to register in the CCR through the World Wide Web. The CCR website can be accessed through any DOD certified value added network or http://www.ccr.gov/. Reference is made to the RFP DFARS Clause 252.204-7004, Required Central Contractor Registration (MAR 2000) in Section 00100, Instructions, Conditions, and Notices to Offerors. You are encouraged to registered as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR. This requirement will apply to all solicitations and awards, regardless of the media used. 5/21/04 - The CCR web site address has been corrected to read: http://www.ccr.gov/. PRESYNOPSIS: Two Phase/Design-Build for the Process Day Barracks, Recruit Training Command, Naval Station, Great Lakes, Illinois. This pre-solicitation notice is for information only. Do not request solicitation documents until the Phase I request for proposal (RFP) is issued. The Phase I RFP notice will have all the necessary information as to how to obtain the solicitation documents. This solicitation will be issued on an unrestricted basis inviting full and open competition nationwide. The NAICS Code 236220, (Building Construction, Industrial, General Construction Contractors, Size Standard NTE $28,500,000) applies to this project. It is the intent and objective of the Government to obtain the design and construction of the Processing Day Barracks administrative offices, recruit billeting, classrooms, and galley spaces; building equipment and furnishings; site utilities including site lighting improvements; security system site utilities infrastructure connections to Naval Station Building 179, Security Control Room; site improvements including vehicle and pedestrian pavements, parking lot improvements, landscaping and site furnishings, and contaminated site soils removal. Also included is the demolition of the following facilities: a) Building 1414, Confidence Course which is 15,000 sq. feet building constructed in 1995. The demolition must be accomplished prior to the start of the New Processing Day Barracks. b) Demolition of the Confidence Course Outdoor Running Track. The demolition of the Confidence Course Outdoor Running Track must be accomplished prior to the start of the New Processing Day Barracks and c) the demolition of Building 1420 Recruit Barracks which is 88,568 sq feet building constructed in 1972. The demolition of Building 1420 cannot start until the new Processing Day Barracks is occupied. Demolition work includes structure demolition, utilities disconnections, and removal of hazardous materials and restoration of the site. In addition, the base award will include a security system equipment design including layouts and section. Performance period for this project is 530 calendar days plus 15 calendar days for administration this also includes the demolition of Building 1420. The solicitation will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by the Federal Acquisition Regulations (FAR) Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 15.3, SOUCE SELECTION and FAR 36.3, TWO-PHASE DESIGN-BUILD SELECTION PROCEDURES. This solicitation will consist of two (2) phases. The Phase I Pre-Qualification solicitation package will be available on or about June 10, 2004 and will be available for viewing and downloading from the NAVFAC internet web site at: http://www.esol.navfac.navy.mil or at the FedBizOpps (Federal Business Opportunities) internet web site: http://www.eps.gov/spg/USN/NAVFAC/index.htm (under the location listed for the Engineering Field Activity, Midwest, Great Lakes, IL). As of 1/1/2002, the Commerce Business Daily will no longer be the official Government media and will be available at the FedBizOpps internet web site. 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. Phase I is the pre-qualification and technical submittal and will be evaluated to determine which offerors will advance to Phase II. Only those firms pre-qualified in Phase I will participate and advance to Phase II technical solutions and price. For Phase I, the offerors will be evaluated on the following factors: FACTOR A - Past Performance and Relevant Project Experience includes A1. Design Team Experience, A2. Construction Team Experience; FACTOR B - Technical Qualifications (Design and Construction) includes B1. Design Team Qualifications, B2. Construction Team Qualifications, and FACTOR C - Management Approach includes C1. Organizational Structure, C2. Safety and Experience Modifier Rate (EMR), C3. Construction Quality Control, and FACTOR D ? Small Business Subcontracting Effort and SDB Participation. NOTE: Firms submitting technical and price proposals will not be compensated for documents. Phase II solicitation documents will be issued approximately 30 days after receipt of proposals for Phase I. The Government will award a contract after evaluation of Phase II proposals resulting from this solicitation to the responsive and responsible offeror and determined by the Government to be the "Best Value" to the Government, price and technical factors considered equally. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. 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 Phase II RFP. The Phase II proposals will be evaluated on the offerors technical proposal and price proposal and will be considered equally important. The technical factors may include, but are not limited to, the following: FACTOR A ? Conceptual Facility Design, A1. Drawings, A2. Schedules, A3. Design Enhancements Summary, A4. Square Footage Calculation, FACTOR B ? Technical Qualifications, FACTOR C ? Durability, Maintainability, Sustainability, Quality of Building Systems, FACTOR D ? Phasing Plan/Schedule, FACTOR E ? Small Business Subcontracting Effort. In accordance with FAR Clause 52.236-1, Contractors will be required to perform at least 15% of the work with its own organization. All prospective offerors and plan rooms MUST register themselves on the NAVFAC Internet web site. The NAVFAC internet web site address is: http://esol.navfac.navy.mil. Note: 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 offeror?s responsibility to check the web site periodically for any amendments to this solicitation. Date of Conference: A site walk/pre-proposal conference will be held approximately 15 days after the Phase II RFP is issued. When and where will be indicated in the RFP. In addition, two Pre-Award Design (PAD) Meetings will be conducted with the contractors in Phase II. For any inquiries, please contact Mrs. Judith A. Honold, Contract Specialist, at 847-688-2600 X171 or FAX to 847-688-6567 or email to judy.honold@navy.mil. 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 purpose of this database is to provide basic business information, capabilities and financial information to the Government. This information will facilitate the Government?s transition to Electronic Commerce and electronic fund transfers for payment. To make registration simple, the DOD has implemented the capability to register in the CCR through the World Wide Web. The CCR website can be accessed through any DOD certified value added network or http://www.ccr2000.com. Reference is made to the RFP DFARS Clause 252.204-7004, Required Central Contractor Registration (MAR 2000) in Section 00100, Instructions, Conditions, and Notices to Offerors. You are encouraged to registered as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
 
Place of Performance
Address: Recruit Training Command, Naval Station Great Lakes, Great Lakes, Illinois
Zip Code: 68888-5600
Country: USA
 
Record
SN00599544-W 20040609/040607212205 (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.