Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
MODIFICATION

Y -- Wesley Brown Field House

Notice Date
5/12/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-05-R-0160
 
Response Due
6/1/2005
 
Archive Date
6/15/2005
 
Point of Contact
Christine Owens, Contracting Officer, Phone 202-685-3094, Fax 202-433-6900, - Ryan Mangels, Contract Specialist, Phone 202-685-3007, Fax 202-433-6193,
 
E-Mail Address
christine.owens@navy.mil, ryan.mangels@navy.mil
 
Description
The Wesley Brown Field House at the U.S. Naval Academy, Annapolis, Maryland is a design build project for a world-class field house approximately 13,000 square meters (140,000 square feet) in area. The field house shall be a new, multi-purpose facility for athletic competition including an indoor track and field; sports medicine clinic; varsity offices; trophy/recruiting hall; varsity locker rooms; varsity and physical education meeting spaces; storage spaces; spectator and multi-media spaces and systems; and other support spaces. The facility is expected to enable the Naval Academy to effectively compete with major collegiate athletic programs, and other U.S. military academies (U.S. Military Academy at West Point & the U.S. Air Force Academy at Colorado Springs, Colorado). Therefore, the Government is seeking a facility design that is architecturally and aesthetically unique and superior; functionally outstanding for athletes, spectators, and broadcasters; and conducive to effective showcasing and multi-media broadcasting of athletic events on a local and national level. Since the Naval Academy is a National Trust Historic Landmark District, the design and construction must be sensitive to the history and traditions of the Naval Academy. The design will undergo stringent local, State, and National historic preservation reviews as part of the design/build process. The facility must also comply with DOD anti-terrorism/force protection (AT/FP) criteria. 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 $45,482,000.00. Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 01 June 2005. Please mail an original and five 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 government anticipates issuing the solicitation in July 2005. The technical factors identified below are equal in importance to each other. PHASE I. Factor 1 ? Relevant Experience (Proposed 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 a world class field house completely new, multi-purpose facility for athletic competition ? including indoor track and field; sports medicine clinic; varsity offices; trophy/recruiting hall; varsity locker rooms; varsity and physical education meeting spaces; storage spaces; spectator and multi-media spaces. 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 and Location, Customer and Contracting Officer points of contact and current phone numbers, Original Award Construction Amount, Final Construction Amount, Award Date, Original Completion Date (at time of award) and Final Completion Date. Factor 2 ? 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 a world class field house completely new, multi-purpose facility for athletic competition ? including indoor track and field; sports medicine clinic; varsity offices; trophy/recruiting hall; varsity locker rooms; varsity and physical education meeting spaces; storage spaces; spectator and multi-media spaces. 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 and Location, Customer and Contracting Officer points of contact and current phone numbers, Original Award Construction Amount, Final Construction Amount, Award Date, Original Completion Date (at time of award) and Final Completion Date. Factor 3 ? (Technical Approach). Offerors shall present their technical approach to achieving the Government?s stated objectives outlined above. This submission may include text discussion of the design philosophy you would use to approach this project, and should address how you will approach integrating the conflicting requirements of program, image, historic context, and force protection. The narrative submission may be augmented with examples that you believe will help the government understand the design direction you would take on this project. The narrative submission shall be limited to not more than ten pages. Factor 4 ? (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 designer?s involvement in the construction phase and the constructor?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 discussion on adherence to construction schedules. Provide a narrative of no more than five pages. Factor 5a ? (Subcontracting History). Factor 5a is included 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 5a and 5b are subfactors equal in importance to each other. Factor 5b 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 2, Relevant Experience (construction team). 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. 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 and 2, 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, 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 5b ? (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 15.3% to SDB firms, 13.8% to WOSB firms, 3.1% to HUBZone Small Business firms, and 3% to SDVOSB firms. Large business firms will be evaluated against these targets with more credit given to firms who exceed these targets. Factor 6 ? (Design Solution). Provide schematic building design drawings, schematic building elevations, schematic building section, site plan (s), perspective/axonometric sketch, study model and additional site, floor plan (s). All drawings shall illustrate the incorporation of the Anti Terrorism Force Protection requirements. 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: Address: U.S. Naval Academy, Annapolis, MD
Country: U.S.
 
Record
SN00806244-W 20050514/050512212502 (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.