Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
MODIFICATION

Z -- FIRM FIXED-PRICE DESIGN/BUILD, REPAIRS, And DEMOLITION MULTIPLE CONTRACTS For The GULFPORT, MS REGION

Notice Date
3/20/2006
 
Notice Type
Modification
 
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
N62467-06-R-0096
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
NOTICE ? A CONFERENCE CALL IS BEING SET UP FOR FRIDAY, 24 MARCH 2006 FOR ANY QUESTIONS YOU MAY HAVE ABOUT THE SOURCES SOUGHT. PLEASE CONTACT SUSIE CONNER AT 843-820-5906 BEFORE 22 MARCH 2006 TO GET AN APPOINTMENT TIME AND TELEPHONE NUMBER TO CALL IN. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-06-R-0096. The NAICS Code for this procurement is 236220: Commercial and Institutional Building Construction. The Standard Size is $28.5M. The Government anticipates awarding multiple contracts during the next 12 months at military installations in the Gulfport, MS Region for the following types of work. Each contract will be in the $3 million to $7 million range. 1. Design/build contracts for new, single or multi story buildings and additions and renovations to existing buildings. Buildings will include a wide range of facility types found on military installations; i.e. community support, operational, housing, morale-recreation-welfare, administrative, classroom, storage, etc. 2. Repairs to all types of buildings typically found on a military installation. 3. Demolition of all types of buildings and structures typically found on a military installation. EVALUATION CRITERIA - Identify which types of contract you are interested in - i.e. design-build, repair, or demolition - and provide information on your firm?s experience, past performance and financial strength to handle these contracts. Also provide information on your logistics plan, staffing plan, and work approach that will give the Government a high level of confidence that the work will be completed within project time and budget constraints and will meet the Governments quality expectations. Provide information concerning your Experience on similar projects and how well you Performed on those projects including the following: 1. Information on at least the last three recent, similar completed projects, including a description of the project, construction cost, completion date, information demonstrating satisfactory performance, and contact information for references. For design-build projects, include the name of the A-E firm used and your relationship with that A-E; i.e. how many projects you have collaborated on, etc. 2. Describe your design/build experience. Provide the following Financial information: 1. Letter from your surety indicating your bonding capacity for a single project and total aggregate bonding capacity. 2. Letter from your bank specifying the amount of your line of credit and amount available under this line. 3. Provide the first page of your Central Contractor Registration, CCR, profile from www.ccr.gov. 4. Identify business category: large or small - if small indicate which if any of the following Federal government sub-categories apply to your firm; Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Small Business, 8a certified Small Business or Woman Owned Small Business. Provide narrative of a Logistics Plan that addresses the following: 1. Identify major materials, including likely sources and storage locations for equipment that will require long lead time and large volumes 2. Identify the strategy for berthing and meal provisions of the entire workforce Provide a Staffing Plan that addresses the following: 1. Organizational Chart that identifies the key personnel and individuals on the project team that show clear lines of authority, responsibility, and communication between corporate staff, key on-site staff, and subcontractor interface a. Provide resumes of key personnel. b. Identify the A/E firms that you anticipate using on future design/build projects. 2. Identify work that will be typically self performed as well as necessary subcontractors 3. Indicate relationship that exists with the subcontractors or the means in which others will be established 4. Provide evidence that you can provide an appropriate workforce, skilled & unskilled, in this market. Provide narrative of a Work Approach that addresses the following: 1. Familiarity with the difficulties, uncertainties and risks associated with the work and identify risk mitigation strategies - i.e., long lead items, etc. 2. Management techniques that have been used for early detection-resolution of issues concerning differing site conditions, customer requested changes, etc. 3. Provide techniques that may be used to minimize time growth. The responses to this SOURCES SOUGHT market survey may be e-mailed to Susie Conner at Susie.Conner@navy.mil. or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Susie Conner, Code OPT1ACSC, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received by this office no later than 27 March 2006 at 12:00pm-Noon-EST. Point of Contact Susie Conner, Contract Specialist; Phone 843-820-5906; Fax 843-820-5853; Email: Susie.Conner@navy.mil.
 
Place of Performance
Address: Region of Gulfport, MS
 
Record
SN01010855-W 20060322/060320214817 (fbodaily.com)
 
Source
FedBizOpps 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.