Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
MODIFICATION

Y -- TWO-PHASE DESIGN-BUILD CHILD DEVELOPMENT CENTER

Notice Date
1/27/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N62467-05-R-0091
 
Response Due
2/1/2005
 
Archive Date
2/16/2005
 
Point of Contact
Kevin Logan, Contract Specialist, Phone 843-820-5775, Fax null, - Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-818-6854,
 
E-Mail Address
kevin.logan@navy.mil, berrysa@efdsouth.navfac.navy.mil
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-05-R-0091. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on Service Disabled Veteran Owned Small Business-first priority, 8a firms-second priority, and HubZone small business firms-third priority, to participate in a two-phase design and build construction solicitation for a child development center at Naval Air Station JRB New Orleans, Louisiana. The 2002 NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $28.5 Mil. Federal Supply Code is Y139, Construction of facilities/other educational buildings. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive Service Disabled Veteran Owned, 8a or HubZone Small Business or Unrestricted. The proposed acquisition will be a two-phase design-build solicitation. 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. 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 proposed project will consist of the design and construction of a child development center. This facility shall include a training room, administrative offices, activity rooms, kitchen, laundry, janitor, isolation/health room, break/staff room, and storage. The approximate size of the Child Development Center is 1,298 square meters. The estimated cost of this acquisition is between $2,790,000 and $3,100,000. Completion of the design and construction of the facility will have a maximum duration of 365 days. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar design/build work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant construction experience with federal government work within the last 3 calendar years, for projects of similar size, scope, and complexity as a $3.1M Design/Build Child Development Center. 2. Recent and relevant construction experience with Design/Build within the last 3 calendar years, for projects of similar size, scope, and complexity as a $3.1M Design/Build Child Development Center. 3. Recent and relevant construction experience with UFC (Unified Facility Code) 4-740-13 1 Aug 02 Design: Child Development Centers, CPSC Pub. No 325 Handbook for Playground Safety, ad OPNAVINSRT 1700.9D 27 Oct 94 within the last 3 calendar years, for projects of similar size, scope, and complexity as a $3.1M Design/Build Child Development Center. 4. Recent and relevant experience in developing change proposals and recommending alternative solutions to design discrepancies within the last 3 calendar years for construction projects of similar size, scope, and complexity as a $3.1M Design/Build Child Development Center. 5. Include proof of bonding capacity in excess of $3M. 6. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran, 8a, or HubZone firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Kevin Logan at kevin.logan@naymil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Kevin Logan, Code OPT2ACQKL, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received no later than February 1, 2005 by 3 pm, EST.
 
Place of Performance
Address: Naval Air Station Joint Reserve Base, New Orleans, Louisiana
Zip Code: N/A
Country: United States
 
Record
SN00741522-W 20050129/050127212237 (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.