Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2004 FBO #0950
SOLICITATION NOTICE

Y -- Passenger Terminal, Naval Air Station-Joint Reserve Base, Fort Worth, Texas

Notice Date
1/27/2004
 
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-0092
 
Response Due
3/15/2004
 
Point of Contact
Janet Eadie, Contract Specialist, Phone 843-820-5618, Fax 843-818-6882, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
janet.eadie@navy.mil, shirley.shumer@navy.mil
 
Description
THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The project involves all labor, material, transportation, equipment and supervision for the design and construction of a Passenger Terminal. These facilities shall contain shops, ground electronics, air cargo storage, arresting gear, passenger terminal, and administrative spaces. The approximate size of the Passenger Terminal is 1,226 square meters. Type of construction is masonry, single story building with standing seam metal roof on pier foundation. The total estimated value of this acquisition is between $3,000,000 and $3,800,000. The design and construction requires completion in approximately 365 days. 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 a maximum of five offerors, design-build firms or teams, based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Technical Qualifications, and Management Approach. 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. The price proposal will be a lump sum price for the project, and may include the evaluation of scope-design options within the Governments published budget for award. The Phase II Technical Factors include Past Performance, Small Business Subcontracting Effort, Technical Qualifications of Key Personnel and Technical Solution. 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 proposal; 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 EVUALUATE 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 that 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 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 or about 11 February 2004. Offerors must register on the Internet at http://esol.navfac.navy.mil. Phase I proposals will be due on or about 15 March 2004. In Phase II, RFP will be posted 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 843-820-5853, Attn: Janet Eadie, Code ACQ11JE; or e-mailed to janet.eadie@navy.mil. Results of proposals will not be available. The NAICS Code is 236220 Commerical and Institutional Building Construction. The Small Business Size Standard is $28,500,000.00. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JAN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-04-R-0092/listing.html)
 
Place of Performance
Address: Naval Air Station-Joint Reserve Base, Fort Worth, TX
 
Record
SN00614458-F 20040703/040701215319 (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.