Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

Y -- National Maritime Intelligence Center Expansion, Suitland, Maryland

Notice Date
10/2/2006
 
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
N40080-06-R-0002
 
Response Due
11/1/2006
 
Archive Date
11/16/2006
 
Description
The National Maritime Intelligence Center Expansion project consists of renovation and expansion of the center's garage and renovation of the existing garage. The renovation and expansion of NMIC entailing 151,997 square feet of renovation of the main building and construction of 198,465 square feet expansion. The renovation work within the main building will include a sensitive compartmented information facility (SCIF), analytical spaces for surveillance network operations, training and technical support spaces. Other unique spaces within the renovation and addition are laboratories, RFI/EMI shielded spaces, a state of the art conference center, enlarged cafeteria, relocated fitness center, an expanded automatic data processing (ADP) center, and a security operations center. The project includes new elevators, HVAC, plumbing and fire protection systems, intrusion and detection and sound masking, extension of data and communications systems and electrical system modifications, including emergency generators and an uninterruptible power supply. <break> <break> This Design Build Project will be procured under full and open competition in a two-phase source selection process, using competitive negotiation procedures resulting in a FIRM FIXED PRICE CONTRACT based on the best value to the Government in consideration of price and non-priced factors. The Design to Budget for this project is $61,450,000.00. Offerors must respond to the Phase I factors by 2:00 p.m. EST on 1 November 2006. (Do NOT include Phase II factors at this time) 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 be issued only to those offerors determined to be the most highly qualified offerors with the results of Phase I submittal evaluations. 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 November 2006, via NAVFAC E-Solicitations at http://esol.navfac.navy.mil. Factor 1 - Relevant Experience (Proposed Design Team) The offeror shall identify the designer / architect of record and provide relevant projects, performed within the past ten years that are similar in size, scope, function and complexity to the subject project for the design team. Relevant project experience is defined as the design of office buildings of 100,000 s.f. or greater. Relevant experience must also include renovation and/or expansion of existing parking garages. Relevance is strengthened by possessing one or more of the following additional elements: design of high security buildings, Leadership in Energy and Environmental Design (LEED), and state of the art conference centers. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information about the projects: - Contract Number & Type (i.e., fixed price, cost) - Contract Title and Location. - Customer and Contracting Officer points of contact and current phone numbers - Original Award Construction Amount - Final Construction Amount - Award Date - Original Completion Date (at time of award) - 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 (including PA, voice, data, fiber optic and video systems); Mechanical Engineering (including HVAC, plumbing, EMCS systems); Fire Protection Engineering (degreed, including code compliance, fire suppression/detection systems, life safety/egress expertise, mass notification systems;), Landscape Architecture; Civil Engineering; Structural Engineering with experience in seismic analysis, long spans, deep pile foundations, and risk performance of risk analyses; Geotechnical Engineering and Topographic Surveying; and metric design experience. The design team shall also demonstrate experience with construction scheduling, phasing and constructability experience. Factor 2 - Relevant Experience (Construction Team) The offeror shall provide relevant projects, performed within the past ten years that are similar in size, scope, function and complexity to the subject project. Relevant project experience is defined as the construction of office buildings of 100,000 s.f. or greater. Relevant experience must also include renovation and/or expansion of existing parking garages. Relevance is strengthened by possessing one or more of the following additional elements: construction of high security buildings, Leadership in Energy and Environmental Design (LEED), and state of the art conference centers. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information about the projects: - Contract Number & Type (i.e., fixed price, cost) - Contract Title and Location. - Customer and Contracting Officer points of contact and current phone numbers - Original Award Construction Amount - Final Construction Amount - Award Date - Original Completion Date (at time of award) - 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 4 - 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: Processes/Standard Operating Procedures Management Involvement/Commitment Employee participation and training Incentive/Awards program Other safety program innovations Offerors shall not submit their Corporate Safety Plan to satisfy the response to this subfactor. Subfactor B: Safety Performance History. The offeror shall describe all lost time construction accidents/mishaps that occurred on contracts over the past two years. This information is required for the prime contractor and all subcontractors working on the jobsite. Your response shall address each of the following: Description of Accident/Mishap and whether prime or subcontractor event Date/location of occurrence and contract title Actions taken following accident/mishap Agency/client POC and phone number 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. Factor 5a - Subcontracting History Factor 5a is included to obtain the offerors history of subcontracting to Small Business, Small Disadvantaged, Historically underutilized small zone small businesses, women owned small businesses, service disabled veteran owned small businesses, veteran owned small businesses, and historically black college and university/minority institutes. Factor 5a in Phase I and 5b found in Phase II are subfactors equal in importance to each other. Factor 5b 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: 1. Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical factor 2, Relevant Experience (construction team). If the referenced 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, Veteran Owned 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 referenced contracts, provide an explanation as to why. 2. Provide information on any awards you've received within the past three (3) years for outstanding support to the small business community. 3. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on the DOD contracts submitted under (1) above. 4. Provide information on existing or pending mentor-protege agreements. Provide information, if available, on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O'Day Program (JWOD) by NISH or NIB. PAST PERFORMANCE Past Performance information is one indicator of an offeror's ability to perform this contract successfully. This evaluation will include the performance history of both the construction entity and the design entity. The relevancy and source of the information, context of data, and general trends in a contractor's performance shall be taken into consideration. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and establishes a level of confidence or risk for successful performance under this contract. Past Performance findings will influence the relative standing of the offeror. Findings will be used to validate proposals against established criteria. By contacting references provided under Factors 1 and 2, the Government will evaluate the offerors past performance. Offerors are authorized to provide information on problems encountered on the identified contracts and corrective actions taken. In investigating the contractor's past performance, the Government is not limited to the references submitted but may rely on other sources as well. 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 and timely delivery of services as well as fair and reasonable pricing. The Government will evaluate the offeror's record of conforming to specifications and standards of good workmanship, and will evaluate the offeror's record on cost control/change orders and adherence to contract schedules. Subcontractor management, safety management, and other quality control programs will also be reviewed. The Government will examine the offeror's record for reasonable and cooperative behavior, commitment to customer satisfaction, and in general, the offeror's business-like concern for the interest of the customer. Offerors may be given an opportunity to address unfavorable reports of past performance, and the offeror's response will be taken into consideration. A review of CCAS and ACAS may be performed. PHASE II. EVALUATION FACTORS. Please do not respond to Phase II factors at this time. The following factors may be included Phase II. The full text will be provided in the solicitation. In Phase II: (1) the total of all Phase I and II technical/management factors; (2) Past Performance; and (3) Price, are considered equal in importance. FACTOR 5b - Subcontracting Plan FACTOR 6 - Design Solutions 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: 4521 Suitland Road/Washington/DC
Zip Code: 20395-5720
Country: UNITED STATES
 
Record
SN01159850-W 20061004/061002220547 (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.