Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

Y -- Serial 20-1 LANDSCAPE ARCHITECTURAL SERVICES FOR NAS PENSACOLA, FL

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541320 — Landscape Architectural Services
 
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-0161
 
Response Due
9/7/2005
 
Archive Date
9/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION NOTICE IS RESTRICTED. SET-ASIDE AS A COMPETITIVE SMALL BUSINESS. The NAICS Code for this Request for Proposal is 541320: Landscape Architectural Services. The Size Standard is $6,000,000. The work consists of: This project will re-establish the landscape on NAS Pensacola, NAS Whiting Field, NTTC Corry Station and Saufley Field to robust, context appropriate, pre-Ivan state, including but not limited to the removal of trees that have been damaged to the point that they are no longer viable, removal of stumps and snags, removal of vegetative debris, provide needed restoration of the vegetative landscaping (including but not limited to trees, shrubs, and groundcovers) that was adversely affected by Hurricane Ivan throughout the activates (including but not limited to roads, more formal areas, and undeveloped areas) and provide three new pedestrian plazas and other site improvements along the seawall walkway to compliment and commemorate the National Historic Landmark District and incidental related work. Repairs to the Trout Point Nature Trail, Repairs and Replacement of Osprey Nesting Platforms, Repairs to the Bayou Grande Nature Trail, and Repairs to the Lake Frederic Fishing Area all at NAS Pensacola. Also included are repairs to the Saufley Field Nature Trail and Fishing Boardwalk. "Guarantee the landscaping for a period of one year after the final acceptance of the project". This procurement will result in the award of a firm-fixed price design/build contract. The Government will award one Firm-Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the ?BEST VALUE? to the Government utilizing the trade off method, price and technical factors considered. This procurement will consist of single (1) Phase Design/Build. The proposers will be evaluated on: FACTOR A - PAST PERFORMANCE 1. DESIGN TEAM 2. CONSTRUCTION TEAM FACTOR B - TECHNICAL QUALIFICATIONS 1. DESIGN TEAM 2. CONSTRUCTION TEAM FACTOR C ? TECHNICAL SOLUTION FACTOR D - PRICE The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer 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 EVALUATE 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 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. FOR SPECIFICATIONS: The entire solicitation, including any plans and the specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. upon issuance. Prospective Offerors MUST and should immediately register themselves on the web site. The official plan holder?s list will be maintained and can be printed from the web. Amendments will be posted on the web site. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. For inquiries about the due dates for proposals or the number of amendments issued, contact Mr. Donald Herschberger at 843-820-5686. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to don.herschberger@navy.mil. The estimated value of this project is between $5 and $7.8 million. The estimated days for completion are 240 calendar days from date of contract award.
 
Place of Performance
Address: NAS Pensacola, NAS Whiting Field, NTTC Corry Station and Saufley Field, Florida
Zip Code: 32508-5225
Country: USA
 
Record
SN00858207-W 20050731/050729212544 (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.