Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

Y -- Historic Mitigation and Landscaping, NAS Pensacola, Fl

Notice Date
2/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering 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
N62467-05-R-0208
 
Response Due
3/23/2006
 
Point of Contact
Donald Hershcberger, Contract Specialist, Phone 843-820-5686, Fax 843-820-5819, - Susie Conner, Contract Specialist, Phone 843-820-5906,
 
E-Mail Address
don.herschberger@navy.mil, susie.conner@navy.mil
 
Description
SECTION 00010 NOTICE TO PROPOSERS PART 1 REQUEST FOR PROPOSAL: N62467-05-R-0208 SERIAL #20-1 PHASE I DATE OF ISSUANCE: 17 February 2006 PROPOSAL CLOSING DATE: 23 March 2006 @ 12:00 PM (EST) PROJECT TITLE: SERIAL 20-1 HISTORICAL MITIGATION AND LANDSCAPING AT NAS PENSACOLA, FL OFFEROR_________________________DATE:___________________________________ ADDRESS: __________________________________________________________ ____________________________________________________________________ EMAIL ADDRESS_______________________; POC:_________________________ TELEPHONE: __________________________; DUNS NO:_____________________ TIN #_________________________CAGE CODE #___________________________ NOTE: THIS PROJECT IS BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION ALL INQUIRIES CONCERNING THE ATTACHED RFP MUST BE RECEIVED ELECTRONICALLY AT LEAST FIFTEEN (15) DAYS IN ADVANCE OF THE CLOSING DATE IN ORDER TO PERMIT ADEQUATE TIME TO REPLY TO THE INQUIRY. YOU MAY SUBMIT YOUR QUESTIONS ELECTRONICALLY TO: MR DONALD L. HERSCHBERGER AT don.herschberger@navy.mil ADDRESS OFFER TO: COMMANDING OFFICER SOUTHERN DIVISION NAVAL FACILITIES ENGINEERING COMMAND ATTN: DONALD L. HERSCHBERGER, CODE ACQ41/DH P. O. BOX 190010 NORTH CHARLESTON, SOUTH CAROLINA 29419-9010 FOR FEDEX , UPS OR POSTAL DELIVERIES: 2155 EAGLE DRIVE NORTH CHARLESTON, SOUTH CAROLINA 29406 SECTION 00010 TABLE OF CONTENTS PHASE I INTRODUCTORY INFORMATION 00001 TITLE PAGE 00010 NOTICE TO PROPOSERS PROPOSAL REQUIREMENT FOR PHASE I SECTION 00100 PROPOSAL REQUIREMENTS (PHASE I) NOTE: The following documents will be provided ONLY to those successful offerors who are determined as qualified to proceed to Phase II. PROPOSAL REQUIREMENTS – PHASE II SECTION 00100 BIDDING SCHEDULE/INSTRUCTIONS TO PROPOSERS SECTION 00202 EVALUATION FACTORS FOR AWARD (PHASE II) SECTION 00300 INFORMATION AVAILABLE TO PROPOSERS SECTION 00600 REPRESENTATIONS AND CERTIFICATIONS FOR CONTRACTING BY NEGOTIATIONS CONTRACT FORMS AND CONDITIONS OF THE CONTRACT SF 1442 SOLICITATION, OFFER AND AWARD SECTION 00601 BONDING REQUIREMENTS SECTION 00700 CONTRACT CLAUSES 00830 DAVIS-BACON WAGE DETERMINATION SECTION 00100 EVALUATION FACTORS FOR QUALIFICATIONS (PHASE I) PART 1. GENERAL 1.1 GENERAL CONTRACT DESCRIPTION General Overview: This procurement will result in the award of a firm-fixed price design/build contract. The project can be broken into three main components; historic mitigation, landscape repairs, and restoration of various nature trails. The historic mitigation is part of an effort by the Navy to develop a historical interpretative program to increase awareness and appreciation of the historic and archaeological resources within NAS Pensacola and, in particular, the significant developments in Naval warfare represented by the historic properties that are or were located within the Nation Historic Landmark District. The program shall have a focus on interpreting the history of Naval Aviation and of NAS Pensacola for military personnel and the public, through the use of such means as interpretive displays and signage. To that end, the project will provide a minimum of three new pedestrian plazas containing wayside exhibits and focal static exhibits, lighted walkways/sidewalks, and other site improvements and incidental related work in the vicinity of and along the existing seawall walkway on NAS Pensacola. All new improvements shall complement and commemorate the National Historic Landmark District. Two of the plazas shall be able to seat a minimum of 15 people, while a third larger plaza will be able to seat a minimum of 50 people. The larger plaza shall also provide space to accommodate at least 200 persons for special events. Development of the plazas, wayside exhibits and monuments shall require consultation with the Florida State Historic Preservation Officer, coordinated through the Navy. The contractor shall provide bronze, granite, or other appropriate material for wayside exhibits and placards. The inscribed or cast text and graphics on the wayside exhibits and placards will be approved by the Navy. The project, where appropriate, will incorporate historic features such as the Building 47 smoke stack, terracotta rosettes, and other salvaged elements/artifacts from other historic buildings that have been demolished. All work performed will be in accordance with the National Historic Preservation Act of 1966 (NHPA), as amended, and implementing regulations under 36 CFR Part 800; the Secretary of the Interior's Standards for the Treatment of Historic Properties (STANDARDS); and other applicable Federal, state and local laws, regulations and guidance documents The project will re-establish the landscape and grounds on NAS Pensacola, NAS Whiting Field, NTTC Corry Station and Saufley Field to robust, context appropriate, pre-Hurricane Ivan state, including, but not limited to, the removal of trees that have been damaged to the point that they are no longer viable, the removal of stumps and snags, the removal of vegetative debris, and provision of needed restoration of the vegetative landscaping (including, but not be limited to, trees, shrubs, and groundcovers) that was adversely affected by recent hurricanes throughout the activities. Areas to be restored will include, but not limited to, roads, more formal areas, and undeveloped areas. New vegetation shall be maintained and guaranteed for a period of one year after the final acceptance of the project. Additionally, at NAS Pensacola the project will repair the Trout Point Nature Trail (an ADA compliant boardwalk), repair and/or replace Osprey nesting platforms, repair the Bayou Grande Nature Trail, and repair the Lake Frederic Fishing Area. Also included are repairs to the Saufley Field Nature Trail and Fishing Boardwalk and the NAS Whiting Field Clear Creek Nature Trail. Base Contract The project includes the development of base wide comprehensive landscape designs (including, but not limited to, installation of replacement and supplemental plantings, removal of trees, stumps, and snags, tree pruning, and installation of hardscape) for NAS Pensacola and NAS Whiting Field. These designs shall address developed areas, undeveloped natural areas, and street tree plantings. Implementation of the design, however, is limited to the following: 1. Base wide Tree, stump, and snag removal, as well as, base wide tree pruning. 2. Restoration of landscaping in developed areas, excluding those areas specifically identified in the Options below. Areas included are the National Historic Landmark District (including open areas created by recent demolition, historic quarters along North Ave., and as needed for new hardscape included in this contract and the existing seawall walkway) on NAS Pensacola, open areas created by recent demolition (such as the Bayshore Area on NAS Pensacola), and the central administrative areas of NAS Whiting Field. 3. Restoration of landscaping in undeveloped natural areas, excluding those areas specifically identified in the Options below. Areas included are scattered within the limits of NAS Whiting Field. 4. Street tree plantings along major roadways (such as Radford Blvd, South Ave, North Ave, Ellyson Ave., Duncan Rd, Taylor Rd, and Murray Rd on NAS Pensacola and USS Yorktown St, USS Langley St, USS Enterprise St, and USS Saratoga St on NAS Whiting Field). 5. The repair of all nature trails (and Osprey nests) at NAS Pensacola, NAS Whiting Field, and Saufley Field. 6. Construction of hardscape repairs/improvements at NAS Pensacola in the form of three new pedestrian plazas, improvements to the existing seawall walkway (including new seating areas and lighting), and new sidewalks/pavement to connect the plazas, Historic Concrete Map from the former Building 632, and seawall walkway to existing adjacent sidewalks and parking lots. Option 1 – Walkway Addition at NASP This option includes construction of a new paved walkway that will be parallel to and connect to the existing seawall walkway on NAS Pensacola (see attached map). The new walkway will be bounded by Pensacola Bay to the south, Radford Blvd. to the north, Building 671 (the Officer’s Club) to the west, and the parking lot for Building 624 to the east. It shall include all associated seating areas, lighting, site improvements and plantings. Option 2 – NTTC Corry Station This option includes the development and implementation of a base wide comprehensive landscape design (including but not limited to tree/stump removal, tree pruning, and installation of new vegetation) for NTTC Corry Station. Option 3 – Saufley Field This option includes the development and implementation of a base wide comprehensive landscape design (including but not limited to tree/stump removal, tree pruning, and installation of new vegetation) for Saufley Field. Please note that repairs to the nature trail are part of the Base contract. Option 4 – Landscape Repairs in NASP Housing (minus those in NHLD) This option includes the provision of new vegetation within the limits of the Lighthouse Terrace Housing Area (bounded by Duncan Rd to the west, Taylor Rd to the north, Bldg 3246 to the east and Moffett Rd and Cabaniss Crescent to the south), Moffett Housing Area (bounded by Fort Barrancas NP to the west, Hovey Rd to the north, Bldg 628 to the east, and Radford Blvd to the south), Old Hospital Housing Area (bounded by Hulse Rd to the west, Bldg 1953 to the north, Duncan Rd to the east, and Radford Blvd to the south), and Billingsley Housing Area (bounded by Bldg 600 complex to the west, Road Q to the north, Murray Rd to the west, and Moffett Rd to the south) at NAS Pensacola (see attached map). Please note that tree/stump removal and tree pruning within these areas are part of the Base contract. Option 5 – Landscape Repairs in NASP Admin Area This option includes the provision of all vegetation within the limits of the Administrative Area (bounded by Duncan Rd to the west, Moffett Rd to the north, Ellyson Blvd to the east, and Pensacola Bay to the south) at NAS Pensacola (see attached map). Please note that tree/stump removal and tree pruning within these areas are part of the Base contract. Option 6 – Landscape Repairs along NASP Major Secondary Roads This option includes the provision of new vegetation along the major secondary roads (such as Saufley St., Hovey Rd, Moffett Rd, Slemmer Ave, Hatch Rd, Hase Rd, Hulse Rd, Dallas St, San Carlos Rd, and Turner St) at NAS Pensacola. Please note that tree/stump removal and tree pruning within these areas are part of the Base contract. Option 7 – Landscape Repairs near CDC, MWR Cabins, and Entry Points This option includes the provision of new vegetation near the CDC (bounded by Duncan Rd to the west, Lighthouse Terrace Housing area to the north and west, and Moffett Rd to the south), MWR Cabins (200’ width centered on Shell Rd from the Sherman Camp Ground to Lighthouse Point, and in and around the cabins which are located on Shell Rd), and the Main Gate and Back Gate at NAS Pensacola (an area of Government owned property 100 yards to the left, 100 yards to right, and 500 yards in both in front of and behind each gate house) (see attached map). Please note that tree/stump removal and tree pruning within these areas are part of the Base contract. Option 8 – Demolition of Sea Plane Ramp #5 The work is for performing demolition, remediation, and recycling activities on Sea Plane Ramp #5 at NAS Pensacola FL. This procurement is being advertised on an unrestricted basis. The NAICS Code for this procurement is 237990; Other Heavy and Civil Engineering Construction. The Size Standard is $28.5M. The estimated cost of construction is between $11,000,000 and $14,000,000. Phase I of the procurement process is a narrowing phase, up to five proposers, design-build teams, based on design-build factors that include: Past Performance, Technical Qualifications and Small Business Subcontracting Effort. Only those proposers selected in Phase I will be allowed to proceed into Phase II. 1.2 GENERAL OVERVIEW OF PROCUREMENT PROCESS A. This solicitation is formatted as a Request for Proposal (RFP) in accordance with the requirements designated by sections of the FAR and NFAS for a negotiated procurement utilizing the Two-Phase Design/Build selection procedures of FAR Part 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offeror’s proposals; permits discussions, if necessary; and ensures selection of the source whose performance provides best value to the Government. B. 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 offeror submitting the lowest total price; or to award to other than the offeror submitting the highest technically rated or the lowest total price proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposals will be requested initially on the most favorable price and technical terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. For the additional Specifications requirements please go to our NavFac Web page at hppt://esol.navfac.navy.mil and search for solicitaion number N62467-05-R-0208. If you require additonal assistance please contact myself or susie conner at don.herschberger@navy.mil or susis.conner@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-FEB-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-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/N62467-05-R-0208/listing.html)
 
Place of Performance
Address: NAS Pensacola and surrounding areas
Zip Code: 32508
Country: USA
 
Record
SN01154463-F 20060927/060925223301 (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.