Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

Y -- MC-5 Commujity Support Facilities, NAS Whiting Field

Notice Date
9/8/2005
 
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-0136
 
Response Due
10/12/2005
 
Archive Date
10/27/2005
 
Description
SECTION 00010 NOTICE TO PROPOSERS PART 1 REQUEST FOR PROPOSAL: N62467-05-R-0136 SERIAL # MC-5 PHASE I DATE OF ISSUANCE: 8 SEPTEMBER 2005 PROPOSAL CLOSING DATE: 12 OCTOBER 2005 @ 12:00 PM (EST) PROJECT TITLE: MC-5 COMMUNITY SUPPORT FACILITIES, NAS WHITING FIELD, FL OFFEROR_________________________DATE:___________________________________ ADDRESS: __________________________________________________________ ____________________________________________________________________ EMAIL ADDRESS_______________________; POC:_________________________ TELEPHONE: __________________________; DUNS NO:_____________________ TIN #_________________________CAGE CODE #___________________________ NOTE: THIS PROJECT IS BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION ALL INQUIRIES CONCERNING THE ATTACHED RFP MUST BE RECEIVED ELECTRONICALLY AT LEAST FIFTEEN (15) DAYS IN ADVANCE OF THE CLOSING DATE IN ORDER TO PERMIT ADEQUATE TIME TO REPLY TO THE INQUIRY. YOU MAY SUBMIT YOUR QUESTIONS ELECTRONICALLY TO: MR DONALD L. HERSCHBERGER AT don.herschberger@navy.mil ADDRESS OFFER TO: COMMANDING OFFICER SOUTHERN DIVISION NAVAL FACILITIES ENGINEERING COMMAND ATTN: DONALD L. HERSCHBERGER, CODE ACQ41/DH P. O. BOX 190010 NORTH CHARLESTON, SOUTH CAROLINA 29419-9010 FOR FEDEX , UPS OR POSTAL DELIVERIES: 2155 EAGLE DRIVE NORTH CHARLESTON, SOUTH CAROLINA 29406 1 SECTION 00010 TABLE OF CONTENTS PHASE I INTRODUCTORY INFORMATION 00001 TITLE PAGE 00010 NOTICE TO PROPOSERS PROPOSAL REQUIREMENT FOR PHASE I SECTION 00100 PROPOSAL REQUIREMENTS (PHASE I) NOTE: The following documents will be provided ONLY to those successful offerors who are determined as qualified to proceed to Phase II. PROPOSAL REQUIREMENTS ? PHASE II SECTION 00100 BIDDING SCHEDULE/INSTRUCTIONS TO PROPOSERS SECTION 00202 EVALUATION FACTORS FOR AWARD (PHASE II) SECTION 00300 INFORMATION AVAILABLE TO PROPOSERS SECTION 00600 REPRESENTATIONS AND CERTIFICATIONS FOR CONTRACTING BY NEGOTIATIONS CONTRACT FORMS AND CONDITIONS OF THE CONTRACT SF 1442 SOLICITATION, OFFER AND AWARD SECTION 00601 BONDING REQUIREMENTS SECTION 00700 CONTRACT CLAUSES 00830 DAVIS-BACON WAGE DETERMINATION 2 SECTION 00100 EVALUATION FACTORS FOR QUALIFICATIONS (PHASE I) PART 1. GENERAL 1.1 GENERAL CONTRACT DESCRIPTION General Overview: This procurement will result in the award of a firm-fixed price design/build contract. This project will construct a new fitness facility, renovate/convert four existing facilities, and demolish eight existing facilities to combine related services into a Community Support Facility, right sizing spaces for tenants and result in an overall net square foot reduction. B1417 - Repair/Conversion Repair hurricane damage to accommodate existing tenants including religious ministry facilities, gymnasium, library, Navy College Offices, and provide space for new tenants including photo lab, Pen Air Credit Union, S.I.T.E program, classrooms, a multi-purpose assembly area with kitchen and various administrative functions. The project includes repair of roof, remediating mold, seismic upgrades, new electrical system, new HVAC system, new fire sprinkler and alarm system, mass notification system, and new communication system. New Fitness Facility Construct an addition to provide an integrated indoor fitness facility including basketball/volleyball court, racquetball/handball court, aerobic room, fitness room, men and women?s locker area, and family locker area. B2943 - Conversion Convert the 1st floor spaces for Starbase Atlantis and renovate the second floor of inadequate BQ space to 1 + 1E room configuration. Provide new interior partitions and finishes, reconfigure the existing HVAC system, the plumbing system, the existing electrical and communication system and provide new fire sprinkler and fire alarm system and mass notification system. B2980 - Conversion Convert theater sloped floor to a flat floor and modify the storefront area to reduce potential for storm damage. Theater will be converted for use as a multi-purpose gathering space/shelter. B1416 - Repair Provide adequate space for Public Works personnel. The work will include modification of interior spaces, reconfiguring existing HVAC, electrical, communication and fire alarm systems. Existing parking areas will be modified and new parking areas constructed to comply with force protection requirements and provide adequate parking near the facilities. All work will incorporate sustainable design principles as required by NAVFAC Instruction 9830.1 and comply with force protection requirements as directed by the DOD Minimum Antiterrorism Standards for Buildings. 3 This procurement is being advertised on an unrestricted basis. The NAICS Code for this procurement is 236220; Commercial and Institutional Building Construction. The Size Standard is $28.5M. The estimated cost of construction is between $11,000,000 and $14,000,000. Phase I of the procurement process is a narrowing phase, up to five proposers, design-build teams, based on design-build factors that include: Past Performance, Technical Qualifications and Small Business Subcontracting Effort. Only those proposers selected in Phase I will be allowed to proceed into Phase II. 1.2 GENERAL OVERVIEW OF PROCUREMENT PROCESS A. This solicitation is formatted as a Request for Proposal (RFP) in accordance with the requirements designated by sections of the FAR and NFAS for a negotiated procurement utilizing the Two-Phase Design/Build selection procedures of FAR Part 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offeror?s proposals; permits discussions, if necessary; and ensures selection of the source whose performance provides best value to the Government. B. 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; or to award to other than the offeror submitting the highest technically rated or the lowest total price 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 DISCUSSIONS 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 would 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. PART II. PROPOSAL EVALUATION (PHASE I) 1.1 PROPOSAL EVALUATION Phase I of this procurement will result in a narrowing of offerors?, up to five firms (design/build teams) that will be selected to submit Technical and Price proposals in Phase II. Phase I evaluation factors include Past Performance, Design and Construction Teams; Technical Qualifications, Design and Construction Team, Small Business Subcontracting Effort. PHASE II: Past Performance, Design and Construction Teams; Small Business Subcontracting Effort; Technical Solution, and Price. Evaluation of the proposal permits impartial and comprehensive evaluation of each offeror?s proposal; permits discussions, if necessary; and ensures selection of the source whose performance will provide the best value to the Government. Phase II- up to five firms will be selected to submit Technical and Price Proposals for Phase II. Offerors who fail to submit technical and price proposals will not be considered for award. The Phase II technical proposal will require preparation of a limited design solution; Small Business Subcontracting Effort; and other factors that define the quality of construction. Cost and Price Proposal may include total cost or evaluation of scope/design options with the Governments published budget for award. 4 1.2 SUBMITTAL REQUIREMENTS Offerors should address all evaluation factors for PHASE I and submit an original and five (5) copies to: Commander, Southern Division, Naval Facilities Engineering Command, ATTN: Donald L. Herschberger, ACQ41DH, 2155 Eagle Drive/P. O. Box 190010, North Charleston, S. C. 29419-9010 by 12:00 PM (EST) 12 OCTOBER 2005. For Federal Express: Commander, Southern Division, Naval Facilities Engineering Command, ATTN: Donald L. Herschberger, ACQ41DH/SOL#N62467-05-R-0136, 2155 Eagle Drive, North Charleston, S. C. 29406) (Mailing Address: P. O. Box 190010, North Charleston, S. C. 29419-9010). It is imperative that you clearly indicate on the outside of your package the Solicitation Number and ATTN: Donald L. Herschberger. LATE SUBMITTALS WILL NOT BE CONSIDERED. PLEASE SUBMIT THE NAME, ADDRESS, EMAIL ADDRESS AND PHONE NUMBER OF A POINT OF CONTACT FOR YOUR FIRM. ALSO, INCLUDE YOUR DUNS NUMBER, TIN NUMBER AND CAGE CODE. All proposers are required to be listed in the Centralized Contractors Register (CCR). It is desired that proposals not exceed 50 single sided pages of 8 ?? x 11 size paper with 12 pitch. Additionally, brochures or other pre-printed material may be submitted with a desired not to exceed 50 pages. The additional materials do not count against the 50 pages for the proposal. Electronic proposals will be accepted at don.herschberger@navy.mil. It is the responsibility of the proposer to ensure that the electronic submittal is received prior to the closing date and time. Confirmation of receipt can be confirmed by calling Mr. Herschberger at 843-820-5686. 2.3 PROCUREMENT PROCEDURES The Government, in Phase I, will select offerors to participate in a Phase II solicitation that will result in an award of a firm-fixed price contract to the responsible Phase II offeror conforming to the solicitation. This procurement will consist of two Phases in accordance with FAR Part 36.3, Two-Phase Design Build. Phase I: Offerors will be evaluated on the following FACTORS, which are of equal significance: FACTOR A ? Past Performance Design Team and Construction Team FACTOR B ? Technical Qualifications Design Team and Construction Team FACTOR C ? Small Business Subcontracting Efforts The most highly qualified offerors, up to five, will advance to Phase II. The Government will then request Phase II proposals only from those firms selected to participate in Phase II of the solicitation. PHASE II: Qualified Offers will be evaluated on the following equally significant factors: Technical Proposal Price Proposal 5 PHASE I REQUEST FOR PROPOSAL A. Evaluation Factors: The areas of consideration for evaluation of proposals are detailed below and will be included in the RFP in Section 00202 Evaluation Factors for Award. The Evaluation Factors for Phase I are summarized below and are of equal importance: FACTOR A PAST PERFORMANCE DESIGN TEAM CONSTRUCTION TEAM FACTOR B TECHNICAL QUALIFICATIONS DESIGN TEAM CONSTRUCTION TEAM FACTOR C SMALL BUSINESS SUBCONTRACTING EFFORT The following should be used as a guide in determining Overall Technical Evaluation of each proposal. EXCEPTIONAL (E) The proposal exceeds the stated requirements of the RFP and provides an exceptional or outstanding approach, which fully satisfies the Governments requirements. There is little or no risk of failure to meet the RFP requirements. A complete understanding of the solicitation is demonstrated. Selection may be made without exchanges. ACCEPTABLE (A) The proposal fully satisfies the requirements of the RFP and demonstrates a good understanding of the solicitation. The offeror has adequately addressed all of the technical elements requested by the RFP. Weaknesses, if any, are minor and need not be corrected prior to award. Selection may be made without exchanges. MARGINAL (M) The proposal does not fully meet the requirements of the RFP. Weaknesses are identified, which would indicate an insufficient understanding of the RFP requirements. With minor revisions or clarifications, the proposal has a reasonable chance of becoming technically acceptable. POOR (P) The proposal fails to satisfy requirements of the RFP and the approach contains an unacceptable level of risk to the Government. Major deficiencies have been identified in the proposal, which are either not correctable or would require major revision/rewrite to the proposal, without which the proposal doesn?t have a reasonable chance of becoming technically acceptable. FACTOR A: PAST PERFORMANCE The Government will evaluate the quality of the offeror's past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably in past performance. The offeror must provide the information requested below for past performance evaluation or affirmatively state that it possesses no relevant, directly related, or similar past performance. 6 1. Design Team: Submit past performance narratives for the firm(s) for up to three (3) projects that demonstrate recent (within five years), and relevant design experience in performing work similar to that described in the RFP. Include design awards, customer letters of commendation, customer evaluations, etc., with points of contact and telephone numbers. 2. Construction Team: Submit past performance narratives for the firm for up to three (3) projects that demonstrate recent (within five years), and relevant construction experience in performing work similar to that described in the RFP. Include awards, customer letters of commendation, customer evaluations, etc., with points of contact and telephone numbers. Offerors are to provide information to demonstrate a history of performance on contracts that are similar in scope, complexity and size that demonstrate experience in performing work similar to that described in the specification. For each reference, include the following: a. Contract Title and Number b. Location c. Dollar Amount d. Point of Contact and Telephone Number e. Contracting Officer (Name, Title, Telephone, Facsimile) f. Technical Manager (Name, Title, Telephone, Facsimile) FACTOR B: TECHNICAL QUALIFICATIONS Design Team: a. Submit key personnel staffing that demonstrates technical qualifications in all disciplines (including as applicable: Sustainable Design, Asbestos, etc.) required to perform work similar to that described in the RFP. All lead designers must be registered/certified in their disciplines. This includes but is not limited to, Architectural, Civil, Structural, Mechanical, Electrical, Communications, and Fire Protection. The Fire Protection Engineer must meet the requirements of UFC 3-600-01, Paragraph 1-6, ?Services and Qualifications of Fire Protection Engineers?. Communications designer must be a Registered Communications Distribution Designer (RCDD). If sub-consultants are utilized, indicate specific previous project experience working together as a team. Indicate outline of quality control measures to be utilized. Construction Team: a. Submit key personnel staffing that demonstrates technical qualifications in all disciplines required to perform work similar to that described in the RFP. FACTOR C SMALL BUSINESS SUBCONTRACTING EFFORT COMMITMENTS TO HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZone) SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESS (SDB), WOMEN-OWNED SMALL BUSINESS (WOSB), VETERAN-OWNED SMALL BUSINESS (VOSB), SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB), AND HISTORICALLY BLACK COLLEGE AND UNIVERSITY OR MINORITY INSTITUTION (HBCU/MI): 7 The Naval Facilities Engineering Command has established subcontracting goals of at least 75.83% of the subcontracted effort to small businesses. Of the total subcontracted effort, the goals are a minimum of 1.28% to HUBZone firms, 15.8% to SDB firms, 14.23% to WOSB firms, 3% VOSB, and .12% to SDVOSB firms. Large Business firms will be evaluated against the above stated goals with more credit given to firms that exceed these goals. Offerors must address the following sub-factors in sufficient detail to allow proper evaluation and rating: (a) PAST PERFORMANCE IN UTILIZING HUBZone, SB, SDB, WOSB, VOSB, SDVOSB FIRMS, AND HBCU/MI IN PREVIOUS CONTRACTS Definitions: HUBZone: Certified HUBZone firms are listed on the SBA Pro-Net system at www.sba.gov. Sufficient HUBZone firms may not be available for the type of requirements subcontracted. If there are insufficient HUBZone firms available at the time this proposal is submitted, please include explanation in the proposal. This will not relieve the goal for option periods, if applicable. The prime is expected to make every effort to accomplish the goals as assigned. LARGE BUSINESS OFFERORS 1. Provide information on any awards you received within the past three years for outstanding support to HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI. 2. Provide final SF294s ?Subcontracting Report for Individual Contracts? on three most recently completed contracts (not necessarily those projects listed under Factor A, Past Performance) or any other documentation showing compliance with the utilization of HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI. Include the dollar value and percentage of work (of total contract value) subcontracted to LB, HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI for each. If goals were not met on submitted contracts, provide an explanation as to why. 3. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on three recently completed DOD contracts. 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 (JWOD) Program by NISH or NIB. SMALL BUSINESS OFFERORS 1. Provide information on any awards you received within the past three years for outstanding support to HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, JWOD program, and, if applicable, HBCU/MI. 2. Provide a list of three most recently completed contracts (not necessarily those projects listed under Factor A, Past Performance). Include the total dollar value and the dollar value percentage of work (of total contract value) subcontracted to LB, HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and, if applicable, HBCU/MI for each. If subcontracting was not used on submitted contract, provide an explanation as to why. 3. Provide information on existing or pending mentor-prot?g? agreements. 4. Provide information, if available, on the use of Community Rehabilitation Programs certified under Javits Wagner O?Day (JWOD) program by NIB or NISH.
 
Place of Performance
Address: Communtiy Support Facilities, NAS Whiting Field, FL
Zip Code: 32570
Country: USA
 
Record
SN00890474-W 20050910/050908212909 (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.