Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOURCES SOUGHT

Y -- Design/Build Construction of a New Air Traffic Control Tower, Naval Air Station, Whiting Field, Milton, FL

Notice Date
4/10/2006
 
Notice Type
Sources Sought
 
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-0102
 
Response Due
4/20/2006
 
Point of Contact
Rhonda Earney, Contract Specialist, Phone 843-820-5618, Fax 843-818-6811, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
rhonda.earney@navy.mil, shirley.shumer@navy.mil
 
Small Business Set-Aside
Total Small Business
 
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 Solicitation Number for this announcement is N62467-06-R-0102. Naval Facilities Engineering Command Southern Division is seeking interest from Small Business firms to compete on a Firm Fixed Price (FFP) contract for the Design-Build Construction of a new Air Traffic Control Tower, NAVAL AIR STATION WHITING FIELD, MILTON, FL. This project will be advertised as a competitive Small Business Set Aside, however, the Government reserves the right to convert the project and issue it as a competitive Unrestricted project, if the Government is unable to obtain adequate competition or have qualified firms that can meet the criteria as set forth in this synopsis. DESCRIPTION OF WORK: The anticipated work may require a diversity of skills suitable to perform this contract. The scope of work includes design of the facility in accordance with DoD United Facilities Criteria, SPAWARS requirements, FAA requirements and applicable codes and standards, site preparation, foundation, exterior and interior construction, HVAC system, elevator, electrical system, communication system, fire protection system, and lightning protection system. The project also includes demolition of the existing tower after completion of the new tower. This complex project requires vertical construction within the limited space of a control tower. The tower site is located on an operating airfield and work activities must be scheduled and conducted to minimize disruption to air operations. EVALUATION CRITERIA: Interested firms are required to have a design team with experience in design of Air Traffic Control Towers and a construction team with experience completing design-build construction of facilities of six stories or more. Experience where the same design and construction firms have partnered to perform successful design-build projects for construction of air traffic control towers on Navy installations is highly desirable. SUBMITTAL REQUIREMENTS: (1) Provide information on your firm’s experience, past performance, and financial strength to handle this contract. (2) Provide information on your firm’s experience, past performance, and financial strength to handle this contract. (3) Describe your work approach and any innovative techniques your firm has used on similar projects to minimize time growth and disruption to base personnel/airfield operations. (4) Provide information for your firm demonstrating Experience on similar projects and how well your firm Performed on those projects including the following: (a) Information on at least three projects within the last five years your firm has completed, including a description of the project, for design-build projects, indicate design-build and provide information for the design team, construction costs, completion date, information demonstrating satisfactory performance, (include performance ratings), and contact information for references. (NOTE: in response to the item above, if the three reference projects are design-build and include the same design team you are proposing for this project, there is no need to repeat the information for the following item) (b) Design Team- Provide the following information on at least three similar projects of which one of the three must be an Air Traffic Control Tower that was completed by the design team you propose for this project. The following criteria must be included in this submittal: (1) Description of the Project; (2) Indicate if Design-Build and Provide Name of Construction Firm; (3) Construction Costs; (4) Project Completion Date; (5) Project Completion Date; (6) Information Demonstrating Satisfactory performance, (include available performance ratings); (7) Contact information to include Point of Contact, address and telephone number for the references. FINANCIAL INFORMATION: Provide the following Financial information: (1) Letter from your Surety indicating your bonding capacity up to $5,000,000 for this project and a total aggregate bonding capacity up to $10,000,000. (2) Provide the first page of your Central Contractor Registration (CCR) profile from www.ccr.gov. (3) Identify which business category your business is classified: large or small. If your firm is a small business, indicate which if any, of the following Federal Government Sub-Categories apply to your firm: 8(a); HUBZone; Service Disabled Veteran Owned Small Business; Veteran Small Business; Woman-Owned Small Business; 8(a) Woman Owned Small Business. The contract range is estimated to be between $3,800,000 and $4,500,000. This project will be advertised in two Phases. Phase I is the qualification stage of the process where at least, but not limited too, three to seven contractors will be chosen based on their proposal as evaluated by the Evaluation Board Report, to proceed to Phase II for participation in this competitive solicitation. The contract will be issued and awarded based on the best value to the Government. The Evaluation Board and the Source Selection Authority for this project, when awarding on a best value basis, may consider factors such as Past Performance, Technical Qualifications, Technical Approach, Management Approach and Price Proposal. NAICS CODE for this project is: 236220 Commercial and Institutional Building Construction with a Size Standard of $28,500,000. The deadline for submitting the above criteria is 20 APRIL 2006 at 2:00pm Eastern Daylight Time. The address for submitting your package in regards to this Sources Sought is: FEDEX - ATTN - Ms RHONDA EARNEY, SOLICITATION NO. N62467-06-R-0102, NAVAL FACILITIES ENGINEERING COMMAND, 2155 EAGLE DRIVE, NORTH CHARLESTON, SC 29406; OR via the POSTAL SYSTEM - ATTN - Ms RHONDA EARNEY, SOLICITATION NO. N62467-06-R-0102, NAVAL FACILITIES ENGINEERING COMMAND, P. O. BOX 190010, North Charleston, SC 29419-9010. Your Point of Contact for this project is Ms Rhonda E. Earney at rhonda.earney@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467/N62467-06-R-0102/listing.html)
 
Place of Performance
Address: Naval Air Station Whiting Field, Milton, FL
 
Record
SN01150268-F 20060922/060920224535 (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.