Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2006 FBO #1585
MODIFICATION

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

Notice Date
3/28/2006
 
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-0092
 
Response Due
5/4/2006
 
Archive Date
5/19/2006
 
Description
THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. PHASE I WILL BE ISSUED ON OR ABOUT FRIDAY, 07 APRIL 2006 WITH PHASE I PROPOSALS BEING DUE ON THURSDAY, 04 MAY 2006 AT 2:00pm EASTERN DAYLIGHT TIME. THIS PRE-SOLICITATION IS BEING ADVERTISED UNRESTRICTED BASIS FOR ONE SOLICITATION RESULTING IN THE AWARD OF ONE (1) DESIGN-BUILD/100% PLANS AND SPECIFICATIONS CONSTRUCTION CONTRACT. PROJECT OVERVIEW: This procurement will result in the award of a firm-fixed price design/build contract. The Solicitation Number is N62467-06-R-0092. Work includes the design and construction of a new approximately 171,500 SF Ocean Science Laboratory complex with all required utilities, force protection, paving and site improvements. This project collocates all functions into one new Ocean Science Laboratory Complex at Stennis Space Center, MS and includes administrative, data processing, and computer laboratory spaces. Construction will most likely be a two-story steel frame structure and includes, built-up bitumen roofing system, masonry walls, HVAC systems, fire protection and information systems, utilities, uninterruptible power system, and emergency generator. This project will also include construction of a new parking lot. General Overview of Specialized Project Requirements: Project specialized requirements consist of: (a) Construction of large Office/Laboratory facility; (b) Construction in a post hurricane environment as it relates to labor resources, lodging and material availability. The NAICS Code for this Solicitation is 236220: Commercial and Industrial Building Construction. The Size Standard is $28,500,000. Offerors will be evaluated using the Two-Phase Design-Build, Request for Proposal (RFP) procedures that will result in an award based on BEST VALUE to the Government, price and other factors considered. The construction range is over $10,000,000.00. Total contract duration period is 730 days. Phase I of this procurement will result in a narrowing of offerors up to five firms that will be selected to submit Technical and Price proposals in Phase II. Phase I evaluation factors include Past Performance, Design and Construction Teams, Small Business Subcontracting Effort, Technical Qualifications for Design and Construction Team. PHASE II - evaluation factors may include: Past Performance, Design and Construction Teams (from Phase I unless new submission received); Small Business Subcontracting Plan; 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. In Phase II, for evaluation purposes only in determining the competitive range, the Government will calculate the total evaluated price proposal, utilizing Items 0001 and 0002, as the sum of the project. After a competitive range determination is made and final proposal revisions, (if necessary) are received, a best value decision will be made. If discussions are required, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror will be given an opportunity to submit a proposal revision. Price and the overall technical rating are of equal weight. Participation in Pre-Proposal Conferences or Site Visits for the initial award is the responsibility of the offeror and is not directly reimbursable by the Government. 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. 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. Price proposals may include total price or evaluation of scope/design options with the Government?s published budget for award. Phase I will be issued on or about 31 March 2006. Phase II will be issued at a later date. The official plan-holders list will be maintained and can be printed from the web. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offeror?s must also be registered in the Contractor?s 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 sent by email to agnes.p.Copeland@navy.mil.
 
Place of Performance
Address: Bay St. Louis, MS
 
Record
SN01016386-W 20060330/060328212638 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.