Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

Y -- DESIGN AND CONSTRUCTION OF THE SECTOR COMMAND BUILDING, U. S. COAST GUARD GROUP/MSO LONG ISLAND SOUND, NEW HAVEN, CT

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road Suite K, Norfolk, VA, 23513-2400
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-06-R-3EFK01
 
Response Due
11/17/2005
 
Archive Date
12/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Best Value Two-Step Design-Build construction project. The acquisition is for the design and construction of the Group Long Island Sound, U. S. Coast Guard Group, New Haven, CT. The scope of the project consists of the construction of a 27,800 GSF, 2-story building, and demolition of the existing 3-story 21,220 GSF Main Building. Demolition will include friable asbestos and lead paint abatement. The existing building is to be demolished after occupants can relocate into the new building. The estimated magnitude of this construction project is between $5,000,000.00 - $10,000,000.00. The applicable North American Industry Classification System (NAICS) for this acquisition is 236210 and the small business size standard is $28.5 Million. The estimated time for completion is 590 days. THIS SOLICITATION IS BEING ISSUED AS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. The Congress in authorizing and funding this project has established certain cost limitations for the project. No award can be made for the design and construction of this project which with allowances for government imposed contingencies and overhead exceeds the statutory authorization. Proposals whose price for design and construction exceed the funds available may be rejected. The solicitation, when issued, will be formatted as a RFP in accordance with the requirements designated by sections of the FAR 15.203 for a competitive negotiated procurement utilizing the authorized Two-Phase Design-Build selection procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors? proposals; permits discussions if necessary; and ensures selection of the source whose performance provides best value to the Government. A detailed project description and overall project performance requirements for this project will be included in the Request for Proposals (RFP) package. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful contractor must design and construct a complete and usable facility, as described in the RFP documents. One solicitation will be issued covering both phases. Proposals will be evaluated in Phase I to determine which offerors will submit proposals for Phase II, and an amendment will be issued to those selected offerors. Selection of offerors for involvement in Phase II will be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase II stage of the Request for Proposals. In accordance with FAR 36.3, this procurement will consist of two phases and can be summarized as follows: Phase I. Proposals will be evaluated in the following desending order of importance: (1) Recent Relevant Past Performance of Offeror?s Team (2) Technical Approach (but no detailed design or technical information) (3) Organization (4) Past Performance on Utilization of Small, Small Disadvantaged and Women Owned Small Businesses Phase II ? Only those offerors selected in Phase I will be allowed to proceed into Phase II. A maximum of five (5) offerors will advance to Phase II. Proposals shall include Pro Forma Requirements and Financial Statement. The Proposals will be evaluated on the following technical factors. The rated technical evaluation criteria under Phase II, and price, are considered equal. (1) Recent Relevant Past Performance (2) Key Personnel Experience and Qualifications (3) Preliminary Project Schedule (4) Preliminary Quality Control Plans A solicitation for Phase I Request for Proposal (RFP) will be available for viewing and downloading on or about November 17, 2005. The approximate date for receipt of Phase I proposals for Solicitation HSCG47-06-R-3EFK01 is December 20, 2005 at 2:00pm EDT in Norfolk, Virginia. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT http://www2.eps.gov/spg/DHS-DR/USCG/USCGFDCCA/postdatePrevDays_1.html Any prospective offerors and plan rooms MUST register themselves on the website. The official planholders list will be created from the internet registration and will be available from the website only. Amendments will be posted on the website for downloading. This will be the normal method of distributing amendments, therefore, it is the offeror?s responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all offers 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; to award to the offeror submitting the highest technically rated or the lowest total price proposal and to award to the offeror submitting the proposal determined to be the most advantageous Best Value to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE IN PHASE II WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Phase II 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. Unsuccessful offerors participating in Phase II of the project will not be eligible to receive stipends or compensation for proposal preparation costs. Offers will not be publicly opened. The number of offers received, the identify of offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: Offerors are required to be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Registration in the CCR database can be accomplished at the website http://www.ccr.gov . You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. *****HSCG47-06-R-3EFK01*****
 
Place of Performance
Address: NEW HAVEN, CT
 
Record
SN00924841-W 20051104/051102211551 (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.