Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

Y -- Maintenance Hangar Type 1 (Greenside) and Aircraft Maintenance Hangar Complex (Whiteside), Marine Corps Base, Quantico, VA

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-04-R-0309
 
Response Due
8/13/2004
 
Point of Contact
Tammy Crouse, FBO Location Coordinator, Phone (202) 685-3162, Fax (202) 433-7077, - Thell Rooney, Contract Specialist, Phone 202-685-8280, Fax 202-685-3350,
 
E-Mail Address
crousetl@efaches.navfac.navy.mil, thell.rooney@navy.mil
 
Description
The Marine Corps Air Facility (MCAF) at Quantico, Virginia is the home to HMX-1. HMX-1 is part of the DOD Executive Air Fleet. The HMX-1 facility improvements include two complexes of Hangars with supporting facilities, parking aprons and taxiways. The two complexes, although contiguous and connected, are identified as the Whiteside Complex and the Greenside Complex. The Whiteside Complex supports the forces, aircraft and other elements of HMX-1 that serve the Executive directly. The Greenside Complex supports the rest of the HMX-1 fleet. Greenside consists of a Type II Maintenance Hangar (one module), a Type I Maintenance Hangar (two modules), associated shops, access aprons and parking aprons. The Maintenance Hangar Type I (Greenside) and Aircraft Maintenance Hangar Complex (Whiteside) at the Marine Corps Base, Quantico, VA are two separate complexes, but are being solicited as one construction project. The first hangar (P-448, Whiteside Hangar) consists of a procurement of design and the subsequent construction of an access road from the existing airfield entrance parking lot to the south end of the Whiteside Type I hangar with 20 perpendicular parking spaces; a Type I Maintenance Hangar (hangar deck) with a 15.25 meters wide access apron, and adjacent support spaces for HMX-1 to perform aircraft maintenance, operations, storage, training, and other required mission elements (shops and administration). This project shall include a hangar deck of 293 meters overall length and 31.7 meters width, with either four clear door openings of 68.58 meters minimum each, or preferably a single door opening of 275 meters minimum length. On the west side of the hangar, a two story structure is attached and has a footprint of 293 meters overall length and 13.72 meters width. The first floor of this two-story structure consists primarily of shop areas, while the second floor houses primarily administrative space. The second complex (P-449 Greenside Phase I) consists of a procurement of design and the subsequent construction of the Maintenance Hangar Type I at the Marine Corps Base Quantico HMSX-1 Squadron of approximately 5,282 square meters and incidental related work. The two modules Type I multi-story aircraft hangar will be built on a reinforced concrete slab and pile foundation, with structural steel frame, concrete masonry unit (CMU) and brick infill walls, standing seam metal siding and standing seam metal roof. Construction includes maintenance shops, storage and support areas. Special features include Georgian style architecture (partial height brick veneer with pilasters, recesses, and cast stone accents). This is a design-build project that will be procured utilizing a two-phase process per FAR Part 36. The estimated cost of construction is between $25M and $100M. Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 13 August 2004. Please mail an original and four copies to the above address or deliver to the mailroom on the 1st floor of Bldg. 212. Electronic submissions will not be accepted. Please note that a solicitation is NOT being issued at this time. The solicitation will only be issued to the most highly qualified offerors after evaluation of Phase I submissions. The technical factors identified below are equal in importance to each other. PHASE I. Factor 1 - Relevant Experience (Construction Team). Provide a maximum of five relevant projects, performed within the past ten years that are similar in size, scope, function and complexity to the subject project. Relevant project experience is defined as large airfield construction projects (such as military or commercial aircraft hanger and engine maintenance high bay structures, top secret or secret SCIF laboratories spaces) on active military airfields and/or FAA commercial airfield environments whether as prime contractor or as part of a joint venture. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information: Contract Number & Type (i.e., fixed price, cost), Contract Title, Customer and Contracting Officer points of contact and current phone numbers, Original Award Amount, Award Date, Original Completion Date, Final Amount, Final Completion Date. Factor 2 - Relevant Experience (Design Team). Provide a maximum of five relevant projects, performed within the past ten years that are similar in size, scope, function and complexity to the subject project. Relevant project experience is defined as large airfield construction projects (such as military or commercial aircraft hanger and engine maintenance high bay structures, top secret or secret SCIF laboratories spaces) on active military airfields and/or FAA commercial airfield environments whether as prime contractor or as part of a joint venture. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information: Contract Number & Type (i.e., fixed price, cost), Contract Title, Customer and Contracting Officer points of contact and current phone numbers, Original Award Amount, Award Date, Original Completion Date, Final Amount, Final Completion Date. Factor 3 ? Design and Construction Team Relationship. Describe the relationship between the design team and the construction contractor. Identify if any of the projects previously listed were design/build and performed by the proposed design/build team for this project. Additionally, the offeror may highlight any other projects performed by the proposed design/build team to further demonstrate your relationship. For additional projects identified, provide a point of contact and current phone number of an individual knowledgeable of your performance. Describe the A/E?s involvement in the construction phase and the Contractor?s involvement during the design phase. Describe how quality control will be integrated into your proposed teaming approach and the A/E?s involvement in quality control throughout the project. Provide a narrative of no more than five pages. Factor 4a ? Subcontracting History. Factor 4a is intended to obtain the offerors history of subcontracting to Small Business, Small Disadvantaged, Historically underutilized small zone small businesses, women owned small businesses, service disabled veteran owned small businesses, veteran owned small businesses and historically black college and university/minority institutes. Factors 4a and 4b are subfactors equal in importance to each other. Factor 4b will be evaluated under Phase II and an overall rating for this factor will be assigned. Offerors must address the following in sufficient detail to allow proper evaluation and rating: 1. Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical factor 1, Relevant Past Performance. If the referenced projects were not DOD procurements and an SF-294 was not required, provide any other documentation showing compliance with the utilization of Small Business firms in each noted category. (e.g., Small, Small Disadvantaged, HUBZone Small, Veteran Owned small, Service Disabled Veteran Owned Small and Historically Black Colleges and Universities/Minority Institutions, if applicable). Include the dollar value and percentage of work (of total contract value) subcontracted to these entities. If goals were not met on the referenced contracts, provide an explanation as to why. 2. Provide information on any awards you?ve received within the past three (3) years for outstanding support to the small business community. 3. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on the DOD contracts submitted under (1) above. 4. Provide information on existing or pending mentor-prot?g? agreements. 5. Provide information, if available, on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. PAST PERFORMANCE. Past Performance information is one indicator of an offeror?s ability to perform this contract successfully. This evaluation will include the performance history of both the construction entity and the design entity. The relevancy and source of the information, context of data, and general trends in a contractor?s performance shall be taken into consideration. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the offeror and establishes a level of confidence or risk for successful performance under this contract. Past Performance findings will influence the relative standing of the offeror. Findings will be used to validate proposals against established criteria. By contacting references provided under Factors 1, 2 and 3, the Government will evaluate the offerors past performance. Offerors are authorized to provide information on problems encountered on the identified contracts and corrective actions taken. In investigating the contractor?s past performance, the Government is not limited to the references submitted but may rely on other sources as well. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services as well as fair and reasonable pricing. The Government will evaluate the offeror?s record of conforming to specifications and standards of good workmanship, and will evaluate the offeror?s record on cost control/change orders and adherence to contract schedules. Subcontractor management, safety management and other quality control programs will also be reviewed. The Government will examine the offeror?s record for reasonable and cooperative behavior and commitment to customer satisfaction, and in general, the offeror?s business-like concern for the interest of the customer. Offerors may be given an opportunity to address unfavorable reports of past performance, and the offeror?s response will be taken into consideration. A review of CCAS and ACAS may be performed. Phase II factors are hereby provided for informational purposes only. The full text of these factors will be provided in the solicitation. Please do NOT respond to Phase II factors at this time. PHASE II. Factor 4b ? Subcontracting Plan (project specific). The Naval Facilities Engineering Command has established subcontracting targets of at least 73.7% of the subcontracting efforts to small business firms. Of the total subcontracted effort, the targets are a minimum of 3.1% to HUBZone Small Business firms, 15.3% to SDB firms, 13.8% to WOSB firms, 3% to SDVOSB firms. Large business firms will be evaluated against these targets with more credit given to firms who exceed these targets. Factor 5 - Construction Schedule. Provide a narrative to demonstrate your team?s logic and sequence of events necessary for the successful completion of the Maintenance Hangar Type I (Greenside) and Aircraft Maintenance Hangar Complex (Whiteside) by March 2007. Include in narrative an estimated staffing, overtime scheduling, and equipment requirements to complete the aggressive schedule of this project. Factor 6 - Design Solution. Provide schematic site plan, schematic floor plan(s), elevation and perspective indicating your proposed design solution (provide 11? x 17? drawings only). Plans and elevations shall illustrate how the offeror intends to meet requirements within the RFP. All drawings shall illustrate the incorporation of the UFC 4-010-01, Anti Terrorism Force Protection requirements and all other DOD airfield clearance requirements (including all setbacks). PRICE. Price will be evaluated during Phase II in terms of reasonableness based on a comparison of the government estimate and other prices received.
 
Place of Performance
Address: Marine Corps Air Facility, Quantico, VA
Country: USA
 
Record
SN00627951-W 20040723/040721212729 (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.