Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

Y -- Consolidated Aircraft Maintenance Facility, Keesler AFB, Biloxi, MS

Notice Date
4/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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-0094
 
Response Due
5/23/2006
 
Point of Contact
Kevin Logan, Contract Specialist, Phone 843-820-5775, - Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-818-6854,
 
E-Mail Address
kevin.logan@navy.mil, berrysa@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The 2002 NAICS Code for this solicitation is 236210, Industrial Building Construction. The Small Business Size Standard is $31,000,000.00. The Federal Supply Code is Y152, Construction of Maintenance Buildings. GENERAL REQUIREMENTS: This procurement is being advertised for one solicitation resulting in the award of one firm-fixed price design/build construction contract. Request For Proposal procedures will be utilized for this procurement. This procurement involves all labor, material, transportation, equipment and supervision for the design and construction work necessary to provide for a 13,000 square meter Consolidated Aircraft Maintenance Facility that supports the C 130 mission at Keesler AFB, Biloxi, MS. The new facility is proposed to be a reinforced, two-story facility with high bay maintenance areas, concrete foundations, masonry walls, brick veneer, steel frame, standing seam metal roof system, utilities and site improvements. The facility will include maintenance squadron, propulsion, aircraft ground equipment, maintenance supply, aircraft part storage, mobility areas, and Readiness Spares Storage. The project also includes parking for 200 personnel and demolition of Hanger 5. The total estimated value of this acquisition is between $23,000,000 and $30,000,000. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. Proposals will be evaluated using two-phase source selection procedures that will result in the award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to a maximum of five offerors, design-build firms or teams, based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Technical Qualifications of Key Personnel on Design Team and Construction Team, and Management Approach. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the project. The price proposal will be a lump sum price for the project, and may include the evaluation of scope-design options within the Governments published budget for award. The Phase II Technical Factors include Past Performance, Small Business Subcontracting Effort, Technical Qualifications of Key Personnel on Design Team and Construction Team, and Technical Solution. This solicitation is formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The Government reserves the right to reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated proposal; and 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 DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers 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. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. RFP ISSUE DATE: The Government intends to issue the Phase I Request for Proposals, RFP, electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil on or about 21 April 2006. Offerors must register on the Internet at http://esol.navfac.navy.mil. Phase I proposals will be due on or about 23 May 2006. In Phase II, the RFP will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. The official plan holders’ list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST be registered in the Central Contractor Registration, CCR, database with a DUNS number in order to participate in this procurement. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov. For inquiries about Administrative issues, i.e., the date of receipt of proposals or the number of amendments, contact Kevin Logan at 843-820-5775. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to 843-820-5819, Attn: Kevin Logan, Code OPT2ACKL; or e-mailed to kevin.logan@navy.mil. Results of proposals will not be available. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-DEC-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-0094/listing.html)
 
Place of Performance
Address: Keesler Air Force Base, Biloxi, Mississippi
 
Record
SN01196223-F 20061215/061213222543 (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.