Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

Z -- Repair BEQ 631

Notice Date
7/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning 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-4823
 
Small Business Set-Aside
8a Competitive
 
Description
PROCUREMENT ANNOUNCEMENT: PURSUANT TO P.L 100-656, SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, THE SOLICITATION IS CLASSIFIED AS 8(A) COMPETITIVE. This pre-solicitation notice is issued in accordance with FAR 5.201, FAR 5.203 & FAR 36.213-2. The acquisition will be awarded on the basis of competition for the SBA 8(a) program. Only firms serviced by the Illinois District Office will be considered for award. The solicitation will be a firm-fixed price competitive source selection for construction requiring both price and technical proposals. The Davis Bacon Act will apply in accordance with 52.222-6. 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 at least 15% of the work per FAR 52.219-14 (1). DO NOT REQUEST SOLICITATION DOCUMENTS UNTIL THE RFP IS ISSUED. The proposed solicitation number N40083-06-R- 4823 will be issued on or about August 7, 2006, depending on availability of funds. It will be available for viewing and downloading at Internet web address htt://www.esol.navfac.navy.mil All prospective offerors must register themselves on the NAVFAC Internet web site. The ?Official Plan Holders List? will be created by this registration and will be available from the web site only. Amendments will also be posted on the web site for downloading. This will normally be the method of distributing amendments; therefore, it is the offeror?s responsibility to check the web site periodically for any amendments to this solicitation. The estimated cost of the entire project is in the range of $1,000,000 to $7,000,000. The NAICS code is 238220; size standard is $13.0 million. The solicitation will result in the award of one Firm Fixed Priced Construction Contract to one 8(a) contractor who provides the most advantageous, responsible proposal resulting in the best value to the Government, price and other factors considered. 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 announced at a later date. It is the intent and the objective of the government to repair existing BEQ Building 631. The existing steam heating, ventilation and air-air conditioning (HVAC), electrical & lighting systems, power panels and power distribution system, fire protection system, and plumbing (water/wastewater and & fixtures) are in need of repairs. By repairing these safety, building code and quality of life components including improving the air flow of the ventilation & cooling systems, the replacement of the obsolete existing electrical power system, and load balancing the systems, the major building deficiencies will be corrected. This project will provide the current and required life safety and building code repairs to the electrical system, fir alarm protection system, lighting system and egress lighting fixtures, power outlet receptacles and replace deteriorated existing plumbing pipes, fixtures, and toilet stalls. By doing so, this project will make existing facility safe, usable per the current building codes and readily improve the students quality of life (QOL). The work includes all labor, material, transportation, equipment and supervision required for complete exterior and interior renovation. The period of performance will be approximately 360 days from award. The solicitation for the acquisition of this renovation project will be formatted as a two- step design-build Request For Proposal (RFP) in accordance with FAR 15.1 and FAR Part 36.3 for a competitive negotiated procurement utilizing the two-step source selection method. Proposals will be evaluated in Phase One to determine which offerors will be eligible to submit proposals for Phase Two. A maximum of five (5) offerors will be chosen to participate in Phase II of the solicitation. One contract will be awarded using competitive negotiation. It is anticipated that Phase I of the solicitation will be issued on or about August 7, 2006 with proposals due by September 7, 2006. Phase I of the solicitation will include the scope of work and the following areas of evaluation: PHASE 1 EVALUATION FACTORS. The areas of consideration for evaluation of proposals will be established in the Instructions to Offerors and Section 00150, PROPOSAL REQUIREMENTS-PHASE I located in the RFP. Factor A - Past Performance and Relevant Project Experience Subfactor A1 ? Design Team Subfactor A2 ? Construction Team Factor B - Technical Qualifications Subfactor B1 ? Design Team Subfactor B2 ? Construction Team Factor C ? Management Team Subfactor C1 ? Management Approach Subfactor C2 ? Construction Quality Control Subfactor C3 ? Safety and Experience Modifier Rate (EMR) The following information on Phase II of the solicitation is provided for reference purposes only: PHASE II - REQUEST FOR PROPOSAL (RFP) REQUIREMENTS. A. GENERAL. Phase II proposals will be evaluated on the offerors? revised technical proposal and price proposal. Technical and price factors will be considered and weighted equally in significance. B. EVALUATION FACTORS. The overall technical proposal will be evaluated in accordance with criteria outlined below and any other information included in the Phase II RFP. The Technical Evaluation Factors anticipated to be addressed in Phase II are of equal importance and are as follows: ? Factor A ? Past Performance and Relevant Project Experience/Technical Qualifications for Key Personnel. (same as Phase I unless conditions change) ? Factor B ? Design Solution Narratives. A narrative that describes the design solution. The following criteria shall be addressed: HVAC system, interior/exterior systems and finishes, exterior envelope, communications and electrical systems, anti-terrorism/force protection, historical renovation, roofing and related sheet metal work, and plumbing and fire protection systems. Describe any unique design features or considerations required for the project that would significantly influence project?s cost or construction schedule. ? Factor C ? Conceptual Building Design. The site development layout shall include building interior and site circulation. Sketches or drawings shall be to scale, dimensioned, and demonstrate the materials, methods, character, quality and conformance to the RFP requirements. Floor plans should demonstrate attention to adjacency issues. The following drawings shall be provided at a minimum: 1. Concept Site Development Plans-Show proposed site lawn improvements, walkway improvements and replacements, existing parking lot to be reused, proposed site signs, and exterior mechanical services yard 2. Concept Building Floor Plans showing locations of all spaces identified on the Spaces Tabulation Schedule. 3. Concept Reflected Ceiling Plan showing proposed lighting systems for fixed and open office areas. 4. Concept Building Section/Elevations through Part 1 illustrating historic retrofit elements of the proposal. 5. Concept Roof Plan 6. Other drawings deemed appropriate by the proposer to illustrate their design solutions. ? Factor D ? Phasing Plan/Schedule & Durability/Maintainability/Quality of Materials. The phasing plan and schedule must provide enough detail with regards to design, demolition and construction activities so the Government can make long-term plans. Components selected should be able to withstand hard use. Proposal should include proprietary product data sheets on major site development, building exterior architecture, MEP mechanical, electrical and plumbing systems, interior finishes, and furnishings fixtures and equipment systems components to establish a level of durability. D. EVALUATION OF PRICE. (1) The Government will evaluate the total price for all work to be performed for the duration of the contract. Evaluations of proposals and selection of a source for award will be made based on cost/price that represent the best overall value to the Government. The cost evaluation will determine whether an offeror's proposed costs are realistic and complete in relation to the solicitation and the technical and management proposals and to provide an assessment of the reasonableness of the proposed price. Reasonableness of an offeror's proposal will be evaluated through cost or price analysis techniques as described in FAR Subpart 15.305(a)(1) and (4). (2) The total price will be based on the basis of Schedule B of the SF 1442 of the solicitation and will be considered in determining which proposal provides Best Value to the Government. Multiple awards WILL NOT be made. IMPORTANT NOTICE: Effective 5/31/1998, all contractors submitting proposals, bids or quotes on Department of Defense (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 transfer for payment. The DOD implemented the capability to register in the CCR through the World Wide Web www.ccr.gov. Reference is made to 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 all calls until RFP is released. Navy point of contact is Ms. Alise Taylor Sindab, Contract Specialist, at 847-688-2600 X 400 or FAX to 847-688-6567 or email to alise.sindab@navy.mil. SBA contact is Mr. Robert Conner at 312-353-9098 or email robert.conner@sba.gov. Contracting Office address is NAVFAC Midwest, 201 Decatur Avenue, Building 1A, Great Lakes, IL.
 
Place of Performance
Address: Naval Station, Bldg. 631, Great Lakes, IL
Zip Code: 60088
Country: UNITED STATES
 
Record
SN01094241-W 20060722/060720221544 (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.