Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
MODIFICATION

Y -- Demolition of 6 buildings Service Contract Act

Notice Date
4/17/2006
 
Notice Type
Modification
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-06-R-4810
 
Response Due
5/18/2006
 
Archive Date
6/1/2006
 
Point of Contact
Marla Littlefield, Contract Specialist, Phone 847-688-2600x121, Fax 847-688-6567, - Marla Littlefield, Contract Specialist, Phone 847-688-2600x121, Fax 847-688-6567,
 
E-Mail Address
marla.littlefield@navy.mil, marla.littlefield@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
April 17, 2006 Note: Specs and Drawings will be released on April 18, 2006. Site visit scheduled for Wed April 26, 2006 at 12:30 CDT in Building 2016 - Ray Street North off Buckley Road - one bldg past Fire Station, Great Lakes, IL. Parking available. Security passes are not required. Meeting starts 12:30 CDT followed by site visit. Please call Aida Agahan at 847-366-7832 x 147 to confirm number and names of attendees. Separate site visits will not be allowed. You are expected to obtain downloads of all specs and drawings before the site visit. They will not be furnished at the site visit. SYNOPSIS OR DESCRIPTION ? DEMOLITION OF BUILDINGS Base 3209, 3211, with Options for 521, 2C, 220, and 3312 located at Naval Station, Great Lakes, IL. This pre-solicitation notice is for information in accordance with FAR 5.203. It is the intent and objective of the Government to obtain services including labor, material, transportation, equipment and supervision required to demolish Buildings 3209 and 3211 as the base contract with options for Buildings 521, 2C, 220 and 3312. The contract will be awarded on the basis of competition for the SBA 8(a) program. The resulting award will be a firm-fixed price competitive source selection demolition contract requiring both price and technical proposals. The Service Contract Act will apply in accordance with FAR 37.301. As a service contract, the 8(a) offerors will not be subject to geographic limitations. In accordance with FAR 28.103-1, bonding is required for 20% of the base price, a performance bond of 100% and a payment bond of 50%. The prime contractor must perform 50% of the work per FAR 52.219-14(1). DO NOT REQUEST SOLICITATION DOCUMENTS UNTIL THE RFP IS ISSUED. The proposed solicitation number will be N40083-06-R-4810 issued on or about (TBD) 2006. Proposals will be due approximately 30 days later or about TBD , 2006. Award is expected to be made on or about TBD, 2006. The solicitation will be available for viewing and downloading at Internet web address www.esol.navfac.navy.mil All prospective offerors must register themselves on this NAVFAC Internet website. The ?Official Plan holders List? will be created by this registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will normally be the method of distributing amendments, therefore, it is the offeror?s responsibility to check the website periodically for any amendments to this solicitation. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet, if necessary. The estimated cost of the entire project is in the range of $1,000,000 to $5,000,000 (including options). The NAICS code is 238910 (previously SIC 1795); size standard is $13,000,000. Federal Supply Class/Service (FSC/SVC) Code is Y119. The solicitation will result in the award of one Firm Fixed Price Contract to one 8(a) contractor who provides the most advantageous, responsive and responsible proposal resulting in the best value to the government, price and other factors considered. It is the intent and objective of the Government to obtain services for the demolition and removal of Buildings 3209 and 3211 located at Naval Station, Great Lakes, Illinois. The site shall be filled, graded and hydro seeded. The buildings include, but are not limited to wooden frame structure with wood frame windows, breezeways, sewer and water lines, electrical equipment, and heating units. The buildings total approximately 40,107 square feet wooden frame building and structure with wooden frame windows. Period of performance will be 210 days after the contract award for building 3209 and 3211. Option 1 is demolition of Building 521 approximately 96,135 square feet steel building and structure, with glass curtain wall, basement. Option 2 is demolition of Building 2C approximately 57,979 square feet brick building and structure, with metal windows, basement. Option 3 is demolition of building 220 approximately 17,484 square feet transite panels siding buildings and wood structure with steel beams structure with upper storage located in the middle of the building. The demolition includes the entire building superstructure including all foundation walls, foundation footings, building slab-on-grade, exterior concrete walk, and the salvage of structure steel roof framing members constructed in 1942. Option 4 is the demolition of Building 3312 approximately 7,323 square feet. The demolition includes the entire building slab-on-grade, exterior concrete walk and paved areas, and the salvage of structure roof framing members constructed in 1961. The building includes, but is not limited to a one-story brick facility with asphalt shingles roof, slab on grade, sewer and water lines, electrical equipment, and heating units. Abatement, demolition, restoration for each site is 180 days. Completion of demolition of buildings 3209, 3211 and 521 is expected by 1/02/2007. Demolition of Building 2C is expected to start no later than 9/1/07. Asbestos-Containing Material and Lead-Based Paint Pre-demolition Survey Reports are available for all buildings. The solicitation for the acquisition of this demolition project will be formatted as a Request for Proposal (RFP) in accordance with FAR 15.1 for a competitive negotiated procurement utilizing the one-step source selection method. 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. The offers may be evaluated on the following technical factors: Factor A ? Past Performance and Relevant Project Experience; and Factor B ? Technical Requirements which includes Project Organization, Quality Control and Safety and Health, and Asbestos Abatement. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. Firms are expected to participate in any pre-proposal conferences to be held within a week of the release of the solicitation on April 26, 3006 at 12:30 CDT at Great Lakes IL, Building 2016. Offers will not be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers WILL NOT be disclosed to anyone until time of contract award. Firms submitting technical and price proposals will not be compensated for documents. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offer submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Therefore, proposals should be submitted initially on the most favorable terms. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on DOD solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. This information will facilitate the Government?s transition to electronic commerce and electronic fund transfers for payment. The DOD implemented the capability to register in the CCR through the World Wide Web www.ccr.gov. Reference is made to the RFP DFARS Clause 252.204-7004. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR. Please hold calls until RFP is released. Navy point of contact is Ms. Marla J. Littlefield, Contract Specialist, at 847-688-2600x121 or FAX TO 847-688-6567 OR EMAIL TO MARLA.LITTLEFIELD@NAVY.MIL. Contracting Office address is NAVFAC Midwest ? Public Works Department Great Lakes, 201 Decatur Avenue, Building 1A, Great Lakes, IL 60088-2801.
 
Place of Performance
Address: Naval Station, Great Lakes, IL
Zip Code: 60088-2801
Country: US
 
Record
SN01029554-W 20060419/060417220949 (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.