Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2007 FBO #1893
MODIFICATION

Y -- N/A

Notice Date
1/30/2007
 
Notice Type
Modification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40083-07-R-1005
 
Response Due
2/16/2007
 
Archive Date
1/31/2007
 
Point of Contact
Marcus Sims, Contract Specialist, Phone 847-688-2600x128, Fax 847-688-6567, - Elizabeth Green, Contract Specialist, Phone 847-688-2600x155, Fax 847-688-6567,
 
E-Mail Address
marcus.sims@navy.mil, elizabeth.green1@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
NATIONWIDE 8(A) SET ASIDE. SEE WWW.ESOL.NAVFAC.NAVY.MIL FOR PHASE I SOLICITATION DUE FEBRUARY 16, 2007. It is the intent and objective of the Government to obtain services including all labor, material, transportation, equipment and supervision required for the design and construction of an Inshore Boat Unit located at United States Army Post Weldon, Springs, Missouri. This project includes: Inshore Boat Unit, (IBU) consisting of administrative space, secure space for full time staff, a 2 story warehouse, boat shed, armory pad, and exterior wash rack The NAICS Code for this proposed procurement is 236210 (the annual size standards is $31 million). The period of performance for this requirement will be 270 calendar days after award date. The estimated magnitude of this contract ranges between $3.0 - $3.5 million. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about January 16, 2007. Proposal due date is February 16, 2007, 2:00 p.m. Central Time. The solicitation is formatted as an RFP in accordance with the requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the Two-Phase Design-Build section procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit 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 successful proposer will be required to validate the design against the RFP requirements and accept design responsibility. The RFP will provide Scope of Work. This solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Relevant Project Experience and Past Performance, Technical Qualifications, Small Business Sub-Contracting Effort, and Management Approach. Upon determination of the contractors advancing to Phase II, those offerors will receive an RFP containing current and future design specifications. Phase II will include the following evaluation factors: Relevant Project Experience and Past Performance/ Technical Qualifications/Small Business/Management Approach (same as Phase I unless conditions change); Small Business Sub-Contracting Effort; Conceptual Design; Durability, Maintainability, Sustainability of Building Systems; Project Schedule and Phasing; and Price. The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.esol.navfac.navy.mil. All prospective offerors and plan rooms MUST register themselves on the website. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet, if necessary. The official plan holders list will be created by registration and be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore it is the offerors responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense 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. The CCR website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about Phase I proposal, please contact Marcus M. Sims, 847-688-2600 extension 128 or via email at marcus.sims@navy.mil.
 
Place of Performance
Address: NAVFAC MIDWEST, 201 Decatur Ave, Bldg 1A, Great Lakes, IL 60088-2801
Zip Code: 60088-2801
Country: UNITED STATES
 
Record
SN01222188-W 20070201/070130225736 (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.