Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOURCES SOUGHT

Y -- Two-Phase, Design-Build Ocean Science Laboratory Complex, Stennis Space Center, Bay St. Louis, MS

Notice Date
3/27/2006
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors
 
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-0100
 
Response Due
4/28/2006
 
Archive Date
5/13/2006
 
Point of Contact
Lauri Newkirk, Contract Officer, Phone 843-82--5696, Fax 843-818-6891, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
newkirklj@efdsouth.navfac.navy.mil, shirley.shumer@navy.mil
 
Description
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 proposed solicitation, N62467-06-R-0100 will result in the award of a Firm-Fixed price Construction Contract. The following information is provided to assist in your decision. This project consists of a Two-Phase, Design-Build Construction Contract to Repair and Upgrade the Airfield Lighting System for Naval Air Station Key West, Florida. The work includes extensive replacement of airfield lighting systems and controls. Work will include addressing environmental issues of wetlands and endangered species. Permitting efforts are included. The work will be at the following primary locations - Naval Air Station Key West, Florida. All interested 8(a), HUBZone, and Small Business Service Disabled Veterans, SBSDV, concerns should notify this office, via email of their intention to submit a proposal on the proposed contract as a Prime contractor no later than 31 March 2006. NOTE - 8a, HubZone and Small Business Service Disabled Veteran firms must submitted the following information no later than 12:00pm ? Eastern Daylight Time on Friday, 31 March 2006 ? 1.The name, address, and small business size status of the firm; 2.Past performance references to include project title, point of contact, telephone number, total contract price, award date and completion dates, along with a copy of their construction evaluation; 3.Evidence of experience in the design and construction of projects that are similar in size and nature - construction costs between $5 ? 10M within the last five years. Should indicate experience working with proposed design firms as a team. FOR DESIGN TEAM - offerors will be required to submit projects demonstrating 5kV series circuit airfield lighting systems design such as approach-runway-taxiway visual aids and electric power and control of those visual aids. FOR CONSTRUCTION TEAM - offerors will be required to submit projects demonstrating 5kV series circuit airfield lighting installations such as approach-runway visual aid equipment and electric power and control of the visual aids - NOTE - You must include it in your submittal, interim evaluations on any on-going projects, or an evaluation on completed projects that are similar in size and scope of the general building type projects listed in this synopsis; and 4.Proof of bonding, bid, performance and payment bond capacity and capability of obtaining a bond for a project within this range. If adequate interest or qualified firms are not received by 31 March 2006 at 12:00pm ? Noon, EDT, the requirement will continue to be advertised on an UNRESTRICTED basis. The Request for Proposal, RFP, will be identified as N62467-06-R-0100. If adequate interest and capabilities are received from the above referenced concerns, it will be the Contracting Officer's determination as to how this procurement will be set-aside in accordance with SBA Procedural Notice, Control No. 8000-553 dated 10 October 2001. If there is not adequate interest from these firms, the Government will advertise and solicit on and Unrestricted Basis. Proposers will be evaluated using the Two-Phase Design-Build, Request for Proposal, RFP, procedure that will result in a award based on Best Value to the Government, cost or price or other factors considered. Participation in a Pre-Proposal Conference - Site Visit for this RFP is the responsibility of the offeror and not directly reimbursable by the Government. The Project also requires incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of building types projected to be awarded with this contract. All professional disciplines shall be registered and-or certified in their discipline. In those states requiring specialized knowledge of local permitting or regulatory agency requirements, the professional discipline shall be registered or certified in that state. Phase I of the procurement process is to verify acceptable past performance and acceptable experience and is also considered a narrowing phase of 3 to 5 proposers-design-build teams-based on design-build factors that include 1.Past Performance, 2.Technical Qualifications - including proposed subcontractors, and 3.Small Business subcontracting effort. Only those proposers selected in Phase I will be allowed to proceed into Phase II. In Phase II, the successful 3 to 5 proposers from Phase I, must submit technical and price proposals. Offerors who fail to submit technical and price proposals will not be considered for an 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. The offeror with the best value proposal, for this project, Due to funding constraints, authorization to advertise this project is not expected until after the Phase I portion of this solicitation is completed. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 15 April 2006. PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation-specifications will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official planholders list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST be registered in the Contractors Central Registration ? CCR - in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about proposals due or number of amendments issued, contact Shirley Shumer at 843-820-5923. Technical inquiries MUST be submitted in writing 15 days before proposals are due to the address listed above, or emailed to Ms. Lauri Newkirk-Paggi at lauri.paggi@navy.mil. The NAICS Code for this procurement is 238210 Electrical Work. The Standard Size is $12M.
 
Place of Performance
Address: NAS Key West, FL
 
Record
SN01015582-W 20060329/060327212410 (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.