Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOLICITATION NOTICE

Y -- Two-Phase, Design-Build for Various Buildings at Keesler Air Force Base, Biloxi, MS

Notice Date
2/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-3568
 
Response Due
3/16/2007
 
Description
Contract Specialist-Roger McAughan, Code IPT1GC-RA, Contracting Officer-KIMBERLY L. REAVIS ACQ1-KLR. THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 236220-Commercial and Institutional Building Construction. The Size Standard is $31,000,000. The anticipated work may require a diversity of skills suitable to perform this contract. The scope of work includes a total of nine projects, with eight requiring design and construction and one requiring construction only. The projects, which are all located at Keesler AFB, MS, consist of- P-802I, a new Consolidated Open Mess, approximately 13,414 SM; P802O, a new Recreation Center, approximately 2,962 SM; P802B, a new Training Aids Facility, approximately 3,558 SM; P-802H, a new Refueler Maintenance Facility; P-802C, a new Postal Center, approximately 900 SM; P802J, a new Fire Crash Rescue Facility, approximately 4,129 SM; P802G, Munitions Inspection Facility, approximately 137 SM; P-802N, a new Library, approximately 1,810 SM, and P-3603, a new Student Dormitory-construction only-, approximately 14,000 SM. SPECIALIZED REQUIREMENTS - This project has specialized requirements consisting of 1-Simultaneous construction of multiple large facilities; and 2-Phased Construction. EVALUATION CRITERIA - Interested firms will be required to have a design team with experience completing design-build construction in three story facilities. The disciplines involved, but not limited to, are: Architectural, Civil, Structural, Mechanical, Electrical, Communications, DQC Manager, and Fire Protection. The Fire Protection Engineer must meet the requirements of UFC 3-600-01, Paragraph 1-6, Services and Qualifications of Fire Protection Engineers. Communications designer must be a Registered Communications Distribution Designer. The design team shall include at least one LEED Accredited Professional as recognized by U.S. Green Building Council. The design team must include a LEED Accredited Professional that has acted as team leader for a LEED certified building(s). Offeror will be required to provide a narrative describing the design team members-whether in-house or consultants-prior experience working together on the same projects. This project will be advertised in two Phases. The Government will award one Firm-Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation and considered to be the BEST VALUE to the Government, price and technical factors considered. This procurement will consist of Two Phases. Phase I - Proposers will be evaluated on FACTOR A - Past Performance - 1. Design and 2. Construction; FACTOR B - Team Qualifications - 1. Design and 2. Construction Teams; and FACTOR C - Small Business Subcontracting Effort, and, FACTOR D Market Conditions. The most highly qualified offerors, up to five (5), will advance to Phase II. The Government will then request Phase II proposals. The proposers qualified to go to Phase II will be evaluated on: FACTOR A - Past Performance - same as Phase I unless conditions change; FACTOR B - Team Qualifications - same as Phase I unless new or revised submission is received; FACTOR C - Small Business Subcontracting Plan; FACTOR D - Market Conditions - same as Phase I unless conditions change; FACTOR E -Technical Solution, and FACTOR F -Management Approach, along with the contractors Price Proposal. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS. FOR SPECIFICATIONS - The Government intends to issue PHASE I only on the WEB. It is anticipated that Phase I will be issued not later than Friday, 16 February 2007 with Phase I Proposals due on Friday, 16 March 2007 at 4:00pm ET. PHASE II WILL BE ISSUED AT A LATER DATE TO THOSE CONTRACTORS CHOSEN TO PROCEED TO PHASE II. The entire solicitation, including any plans and the specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil upon issuance. Prospective Offerors MUST, and should immediately register on the web site. The official plan holders list will be maintained and can be viewed and printed from the web. Amendments will be posted on the web site. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. It is imperative that all offerors ensure the information loaded on the website, i.e., email address, telephone number, point of contact, is accurate in order to receive the proper updates. Offerors must also be registered in the Contractors Central Registration in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the due dates for proposals or the number of amendments issued, contact Ms. Shirley Shumer at 843-820-5923. All Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals to roger.mcaughan@navy.mil. The estimated value of this project is between $76,500,000 and $85,000,000. The estimated days for completion are 910 calendar days from date of contract award.
 
Place of Performance
Address: Keesler Air Force Base, Biloxi, MS
Zip Code: 39534
Country: UNITED STATES
 
Record
SN01225063-W 20070204/070202221730 (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.