Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

Y -- Aircraft Research Support Facility

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N4008006R0162
 
Archive Date
6/30/2006
 
Description
PRE-SOLICITATION SYNOPSIS: AIRCRAFT RESEARCH SUPPORT FACILITY NAVAL AIR STATION PATUXENT RIVER, PATUXENT RIVER MARYLAND (DESIGN-BUILD ACQUISITION) The Aircraft Research Support Facility project, constructs a 49,300 SF three-story, masonry office building on a concrete foundation. Building includes force protection features such as structural enhancements to avoid progressive collapse, laminated glazing, controlled access and landscaping that includes passive vehicle barriers, in addition to information systems, an elevator and an emergency management control system. An existing stormwater management pond will be reconfigured to accommodate the new facility. An additional deck will be added to an existing parking garage, Facility 2273, in order to accommodate the occupants of the new facility and to replace parking spaces lost due to the location of the new building which includes the required stand off distances. Work will be performed at the Naval Air Station, Patuxent River, Patuxent River, Maryland. This procurement is unrestricted for a Design-Build Project being acquired through the use of the two-phase selection process. This acquisition will result in a FIRM FIXED PRICE contract acquired through competitive negotiation procedures. The procurement will be conducted using source selection procedures and the award will be based on the best value to the government considering the price and non-priced factors. The Design to Budget for this project is $19,914,000.00, where the base bid may not exceed $17,923,000.00. Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 31 May 2006. Please mail an original and five copies to the above address or hand-deliver to the mailroom on the 1st Floor of Building 212. Electronic and Facsimile copies will not be accepted. Please note that a solicitation is NOT being issued at this time. The solicitation will only be issued to the most highly qualified offerors after evaluation of Phase I submissions. Potential offerors are notified that the maximum number of Offerors invited to participate in Phase II will not exceed five. The Government anticipates issuing the solicitation July 2006, via E-Solicitation at http://esol.navfac.navy.mil. PHASE I. EVALUATION FACTORS. In Phase 1, the total of all Phase 1 technical/management factors are considered equal in importance including Past Performance. FACTOR 1 - Relevant Experience (Design Team). The offeror shall identify the designer / architect of record and provide five (5) relevant projects, performed within the past five years that are similar in size, scope, function and complexity to the subject project for the Design Team. Relevant project experience is defined as a multi-story office facility, including flexible office spaces, conference rooms, LAN distribution system, and computer support spaces. Relevance is strengthened by possessing one or more of the following additional elements: (1) energy conservation features; (3) DOD AT/FP compliance; and (4) provision of site work and utilities. Include details of each project, including photographs if available, that demonstrate the designer?s expertise in designing relevant facilities. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information about the projects: (1) Contract Number & Type (i.e., fixed price, cost), (2) Contract Title and Location, (3) Customer and Contracting Officer points of contact and current phone numbers, (4) Original Award Construction Amount, (5) Final Construction Amount, (6) Award Date, (7) Original Completion Date (at time of award), and (8) Final Completion Date. The offeror shall identify in their proposal, the design team?s disciplines, quantities within each discipline and availability, as well as the capabilities and experience of personnel. At a minimum, these specific abilities are required: Architecture, Interior Design Architecture or Interior Designing; Electrical Engineering; Telecommunications Engineering; Mechanical Engineering; Fire Protection Engineering, Landscape Architecture; Civil Engineering; Structural Engineering; Geotechnical Engineering and Topographic Surveying. The design team shall also demonstrate experience with construction scheduling, phasing and constructability experience. FACTOR 2 ? Relevant Experience (Construction Team). The offeror shall provide five (5) relevant projects, performed within the past five years that are similar in size, scope, function and complexity to the subject project for the Design Team. Relevant project experience is defined as a multi-story office facility, including flexible office spaces, conference rooms, LAN distribution system, and computer support spaces. Relevance is strengthened by possessing one or more of the following additional elements: (1) DOD AT/FP compliance and (2) adherence to original project schedule. Include details of each project, including photographs if available, that demonstrate the construction team?s expertise with relevant projects. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information about the projects: (1) Contract Number & Type (i.e., fixed price, cost), (2) Contract Title and Location, (3) Customer and Contracting Officer points of contact and current phone numbers, (4) Original Award Construction Amount, (5) Final Construction Amount, (6) Award Date, (7) Original Completion Date (at time of award), and (8)Final Completion Date. FACTOR 3 ? Design and Construction Team Relationship. Describe the relationship between the design team and the construction contractor. Identify if any of the projects previously listed were design/build and performed by the proposed design/build team for this project. Additionally, the offeror may highlight any other projects performed by the proposed design/build team to further demonstrate your relationship. For additional projects identified, provide a point of contact and current phone number of an individual knowledgeable of your performance. Describe the designer?s involvement in the construction phase and the constructor?s involvement during the design phase. Describe how quality control will be integrated into your proposed teaming approach and the A/E?s involvement in quality control throughout the project. Provide discussion on adherence to construction schedules. Provide a narrative of no more than five pages. FACTOR 4a - Subcontracting History. Factor 4a is included to obtain the Offerors commitment to utilize Small Business (SB), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone Small Business (HUBZONE SB), Women Owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Black college and University/Minority Institutes (HBCU/MI). Factor 4a in Phase I and 4b in Phase II are subfactors equal in importance to each other. Factor 4b will be evaluated under Phase II and an overall rating for this factor will be assigned. Offerors must address the following in sufficient detail to allow proper evaluation and rating under Phase I: PAST PERFORMANCE IN UTILIZING SB, SDB, WOSB, HUBZone SB, SDVOSB and HBCU/MI concerns in previous contracts. Provide information on any awards you?ve received within the past three (3) years for outstanding support to the small business community. Large Business Firms: 1. Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical factor 1, Relevant Past Performance. If the reference projects were not DOD procurements and an SF-294 was not required, provide any other documentation showing compliance with the utilization of Small Business firms in each noted category. (e.g., Small, Small Disadvantaged, HUBZone Small, Service Disabled Veteran Owned Small and Historically Black Colleges and Universities/Minority Institutions, if applicable). Include the dollar value and percentage of work (of total contract value) subcontracted to these entities. If goals were not met on the reference contracts, provide an explanation as to why. 2. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available on the DOD contracts submitted under (a) above. 3. Provide information on existing or pending mentor-prot?g? agreements. 4. Provide information, if available on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. Small Business Firms: 1. Provide information on any awards you?ve received within the past three (3) years for outstanding support to the small business community. 2. For projects identified under technical factor 1, Relevant Experience, provide information that includes the dollar value and percentage of work (of the total contract value) subcontracted to Large Business, Small Business, Small Disadvantaged, Women Owned Small Business, Hubzone Small Business, Service Disabled Veteran Owned Small Business, and Historically Black Colleges and Universities/Minority Institutions, if applicable. If no subcontracting was used on any of these contracts, provide an explanation as to why. 3. Provide information on existing or pending mentor-prot?g? agreements. 4. Provide information, if available on the use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. FACTOR 5 - Construction Safety. The Government desires to do business with only those firms that excel in safety performance. This factor exists to emphasize the importance of safety in and around all construction sites and at the base where construction work is being performed. This factor consists of two subfactors that (1) will evaluate specific aspects of the offerors construction safety program and (2) will evaluate the offeror?s safety performance history by contacting references, including but not limited to clients, insurance agencies and subcontractors. For purposes of this evaluation, Subfactor A is less important than Subfactor B. Subfactor A: Safety Program. The offeror shall provide information that demonstrates a corporate commitment to construction safety by addressing the following: 1. Processes/Standard Operating Procedures, 2. Management Involvement/Commitment, 3. Employee participation and training, 4. Incentive/Awards program, and 5. Other safety program innovations. Offerors shall not submit their Corporate Safety Plan to satisfy the response to this subfactor. Subfactor B: Safety Performance History. Provide the number of mishap/accidents for the most recent 100,000-man hours of construction. This information is required for the prime contractor and all subcontractors working on your jobsite. Your response shall address each of the following: 1. Description of Accident/Mishap and whether prime or subcontractor event, 2. Date/location of occurrence and contract title, 3. Actions taken following accident/mishap, 4. Agency/client POC and phone number, and 5. Employer (of employee affected by event) POC and phone number. The Government will contact references for the purpose of validating the information provided in response to this factor as well as obtaining further insight into each offeror?s corporate safety philosophy. The frequency and severity of events may have significant impact in the rating assigned to this factor. The Government reserves the right to call any or all previous clients for the purpose of obtaining additional information regarding your record of accidents and mishaps. PAST PERFORMANCE. Past Performance is equal in importance to the Technical/Management Factors 1 ? 3. Past Performance information is one indicator of an Offeror?s ability to successfully perform this contract. This evaluation will include the performance history of both the construction entity and the design entity. The assessment of the Offeror?s past performance will be used as a means of evaluating the relative capability of the offeror and establish a level of risk (high, moderate, or low) for successful performance under this contract. Past Performance findings will influence the standing of the Offeror. Findings will be used to validate proposals against established criteria. Offerors may be given an opportunity to address unfavorable reports of past performance. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction, timely delivery of services, adherence to contract schedules, subcontractor management, safety management, quality control programs, good workmanship, conformance to specifications, and fair and reasonable prices. Each interested offeror shall contact Nicole Rounay at Nicole.Rounay@navy.mil and Cc. Christine Owens at Christine.Owens@navy.mil to obtain a Past Performance Questionnaire. The provided Past Performance Questionnaire shall be forwarded, by the offeror, to all Construction Team and Design Team references, under Factor 1 and Factor 2, and filled out accordingly. Offerors are responsible for ensuring the completed questionnaires are submitted, by their references, via electronic submission to Nicole Rounay at Nicole.Rounay@navy.mil and Christine Owens at Christine.Owens@navy.mil. The questionnaires shall be returned at least one (1) week prior to the bid due date, but absolutely no later than the bid due date and time. Since the Government will contact the individuals identified in Factor 1 and Factor 2, it is critical that these individuals be familiar with the project to answer specific questions regarding your performance. The Government may choose to contact additional customer(s) not provided by an offeror and may obtain additional information through other sources, such as the Past Performance Retrieval System (PPIRS), and phone interviews. In addition to references provided under Factor 1 and Factor 2, you may include additional references that are knowledgeable of your firm?s performance. In evaluating past performance, the Government will focus on information derived from the projects that are most relevant to this project. PHASE II. EVALUATION FACTORS. Please do not respond to Phase II factors at this time. The following factors may be included in Phase II, and their full text will be provided in the solicitation. In Phase 2: (1) the total of all Phase 1 and 2 technical/management factors; (2) Past Performance; and (3) Price, are considered equal in importance. FACTOR 4b - Subcontracting Plan. The Naval Facilities Engineering Command has established subcontracting targets of at least 75.83% of the subcontracting efforts to small business firms. Of the total subcontracted effort, the targets are a minimum of 1.28% to HUBZone Small Business firms, 15.80% to SDB firms, 14.23% to WOSB firms, 0.12% to VOSB, and 0.12% to SDVOSB firms. Large business firms will be evaluated against these targets with more credit given to firms who exceed these targets. FACTOR 5 - Design Solutions. FACTOR 6 - Construction Schedule. PRICE. Price will be evaluated during Phase II in terms of reasonableness based on a comparison of the Government Estimate and other offers received.
 
Place of Performance
Address: Naval Air Station Patuxent River, Putxent River, MD
Country: United States
 
Record
SN01036715-W 20060429/060427221205 (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.