Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

Y -- 100 % Plans and Specifications Construct Base Library

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
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-0087
 
Response Due
7/8/2005
 
Archive Date
7/23/2005
 
Small Business Set-Aside
8a Competitive
 
Description
GENERAL REQUIREMENTS: The Government shall set-aside and restrict competition for this procurement to 8(a) firms in SBA Region IV (Tennessee, Alabama, Florida, North Carolina, Georgia, Mississippi, Kentucky, and South Carolina) and 8(a) firms that have a bona fide place of business location in Region IV. This procurement is for one solicitation resulting in the award of one firm-fixed price construction contract. The 100% Plans and Specifications Request For Proposal procedures will be utilized for this procurement. This project consists of the construction of the proposed library at Shaw AFB, Sumter, South Carolina. The work includes, but is not limited to the construction of a new 16,500 SF Base Library. The new Library will be constructed with a reinforced concrete foundation and floor slab on shallow spread footings with load bearing, reinforced CMU walls with a brick veneer. The roof system will be a sloped pre-finished standing seam metal roof system installed over rigid insulation on structural metal deck and metal roof framing. Interior partitions will be gypsum wallboards and the new Library will have aluminum windows with laminated glazing. The work includes communication and fire protection systems, all supporting utilities, and site work consisting of parking, sidewalks, access drives, and landscaping. This project has been designated for sustainable design. As a measure of sustainable design efforts, this project is participating in the United States Green Building Council?s LEED Green Building Rating System. The contractor shall comply with LEED criteria and fulfill all requirements to obtain a minimum LEED certification level for this project. NOTE: Obtaining a minimum LEED certification is a bid option. The estimated cost for construction of the project is between $2,934,000 and $3,260,000. The construction will consist of two phases: Phase One is Mobilization and Submittals. Phase Two is the construction of the new Base Library. Phase One will have a maximum duration of 60 calendar days. Phase Two will have a maximum duration of 365 calendar days. The Contracting Officer will issue two separate Notices to Proceed (NTP). The first NTP will cover Phase 1 and consist of Mobilization and Submittals. The Contracting Officer may issue this NTP within fourteen - (14) calendar days after award. This phase shall not exceed sixty ?(60) calendar days from date of contract award. Phase 2 Construction shall begin when the Contracting Officer issues the second NTP. The Contracting Officer may issue the second NTP within forty-five (45) calendar days after issuance of the first NTP. This solicitation is formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. 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 other than the offeror submitting the highest technically rated proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposals will be requested initially on the most favorable price and technical terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. This procurement will result in an evaluation of offerors based on evaluation factors that include (1) Past Performance, (2) Technical Qualifications, and (3) Technical Approach. If necessary, a competitive range determination will be made for this solicitation which will be based on technical and price factors and will include all of the most highly rated proposals unless the range is further reduced for purposes of efficiency. For evaluation purposes only in determining the competitive range, the Government will calculate the total price proposal as the sum of the project. After a competitive range determination is made and final proposal revisions (if necessary) are received, a best value award decision will be made. Offerors are required to submit technical and price proposals for the project. Offerors who fail to submit technical and price proposals for the project will not be considered for an award. The Government will award the project based on the most advantageous combination of price and technical factors that result in the overall best value award to the Government. If discussions are required, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror still in the competitive range will be given an opportunity to submit a final proposal revision. Price and the overall technical rating are of equal weight for the award. RFP ISSUE DATE: The Government intends to issue the Request For Proposals (RFP) electronically by posting it on the NAVFAC website, www.esol.navfac.navy.mil, on or about June 8, 2005. A pre-proposal conference and site visit will be held within two weeks of issuance of the RFP at Shaw AFB. The exact date, time, and location will be stipulated in the RFP. Proposals will be due around July 8, 2005. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at www.esol.navfac.navy.mil. 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. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database with a DUNS number. For instructions on registering with the CCR, please visit their web page at http://www.ccr.gov. For inquiries about Administrative issues, i.e., Proposals Due or Number of Amendments issued, contact Adam Solivan at 843/820-5677. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or emailed to Adam Solivan, Contract Specialist at adam.solivan@navy.mil. Results of proposals will not be available.
 
Place of Performance
Address: Shaw AFB, Sumter, SC
 
Record
SN00814710-W 20050526/050524212432 (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.