Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

Y -- BEQ HOMEPORT ASHORE, P-155, Naval Station Everett, Washington

Notice Date
10/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, NORTHWEST, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-06-R-2100
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The Request for Proposal will be issued on November 11, 2005. A pre-proposal conference and site visit is scheduled for November 17, 2005. The proposal due date is scheduled for December 23, 2005. The NAICS Code for the solicitation is 236220. The size standard is $28,500,000.00. This is a design build project with a maximum funding limitation of $61,700,000.00. The estimate performance period for design and construction is 874 days from contract award. 1. PROJECT TITLE: BEQ HOMEPORT ASHORE, P-155, Naval Station Everett, Washington 2. PROJECT DESCRIPTION. The project will provide design and construction for market style apartments and a parking structure at Naval Station Everett, Washington The project is based on contract to budget value with 205 high quality apartments. A parking garage is intended to replace the number and type of spaces removed by this project, with a 323-vehicle target size. Related work includes site development, landscaping, demolition of existing infrastructure, on-site storm drainage and other related efforts. It is the intent of this contract to minimize prescription, allowing the contractor the opportunity to develop market style apartments that provide the Navy with a safe, energy efficient, durable/low maintenance facility with amenities and features that provides a functional environment for the bachelor enlisted sailors and is sympathetic with the surrounding architectural environment and the Naval Station Everett Base Exterior Architectural Plan (BEAP) at the least life cycle cost. Sustainable principles shall be included in the design, development and construction of the project in accordance with Executive Order 13123 and other pertinent directives. In addition, this contract includes a separate bid priced option for procurement and installation of freestanding kitchen and laundry appliances. 3. PROJECT OBJECTIVES. This project shall provide 2 bedroom, 2 bathroom, full kitchen, living/dining room(s) apartments for single enlisted Navy personnel. The buildings and site designs shall comply with the BEAP. Total desired population is 818 individuals (with temporary double occupancy in each bedroom). The maximum gross building area is not prescribed. The minimum gross area of each apartment unit shall be 900 square feet. The maximum and/or minimum number of stories of the structure(s) is not prescribed; however, the total maximum building height including roof is 80 feet. All structures must comply with applicable building codes and regulations. Interior corridors are preferred. Form building(s) to make arrival and movement through them orderly and clearly understandable by users (visitors, residents, staff, and service personnel). Provide a waiting area with lounge seating for twelve visitors, a vending area for a minimum of 3 full-size commercial vending machines and an icemaker, two unisex restrooms (one to be ADA compliant), a linen room, and an office to accommodate three-employee workstations at least 100 sf each Regional Character - Some of the local influences that affect regional character fall under the category of historic, ethnic, cultural or traditional, topographic, and/or climatic. Provide list of possible LEED points for record purposes, but do not submit for certification. The BEQ is a primary gathering place and applicable portions of the project features must be designed in accordance with applicable portions of UFC 4-010-01, ?DoD Minimum Antiterrorism Standards for Buildings?, latest edition. Sensitivity to the location of this facility is critical in implementing this design guidance For the Parking Structure: The intent is to design an ?Open Parking Structure? as defined by NFPA 88A. 4. SITE ANALYSIS The site is located on Naval Station Everett, Everett, Washington. Site consists of paved parking areas D, H and G. The G parking area is for the parking garage construction and is separated from the BEQ site by Fletcher Way. The BEQ site is bounded by Buildings 2027and 2025, baseball fields, parking areas, and landscaped areas. The site is relatively flat and mostly impervious with high water table that is subject to tidal influence. Vegetation is minimal, consisting of trees, shrubs and grass. Ground surface includes bituminous concrete and concrete. Existing utilities include water (including landscape sprinkler system), natural gas, methane collection, sanitary sewer, storm drainage, power and communications. Utilities are underground. Portions of these utilities may be removed and/or relocated depending on the proposed site development. If utilities are removed, service must be maintained to the existing facilities served by the utilities to be removed. The Contractor shall provide a complete utility site design. No active piping or utility structures shall remain under new buildings footprints. Existing piping and utility structures that will not be required in the new design shall be removed within the limits of disturbance. Pipes that extend beyond the limits of disturbance shall be plugged at the limit line and abandoned beyond. Existing utility structures that remain active within the limits of disturbance shall have the rims adjusted to be suitable for the finish grade and elevations required by the final design. The design of the storm sewer system shall incorporate and connect to the existing system. For the parking structure, an oil/water separator is required before runoff is sent into the storm sewer system. It will be the Contractor's responsibility to obtain all additional information that may be required for complete permitting, design, and construction. The site has an existing methane collection system. Design project to minimize impact on the system. Where existing system is disturbed by construction activities, restore system to ensure continuity of methane collection. 5. INSTRUCTIONS TO OFFERORS. 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, price and technical factors considered. Proposers will be evaluated on: Factor I ~ Past Performance & Relevant Experience; Factor II ~ Management Capabilities; Factor III ~ Basis of Design; Factor IV ~ Subcontracting Experience, Achievement, and Goals; and Factor V ~ Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiated 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 should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation, including plans and 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. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; 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 Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr2000.com.
 
Place of Performance
Address: Naval Station Everett, Everett, Washington
 
Record
SN00919429-W 20051023/051022080547 (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.