Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

Y -- Two-Phase, Design-Build Central Energy Plant, Keesler Air Force Base Medical Center, Biloxi, MS

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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-0756
 
Response Due
4/4/2007
 
Description
THIS SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 236210 Industrial Building Construction. The Size Standard is $31,000,000. P-825K Central Energy Plant at Keesler Air Force Base Medical Center Biloxi, MS. The work consists of Design Build of a new approximately 15,250 SM Central Energy Plant and modification to Building 468 - 22,850 SM. This facility is required to support the Keesler Medical Center to current building codes and national Fire Code. The facility will house emergency generators, electrical switchgear, transformers, chillers, boilers and cooling towers. The Government will award a 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 Team and 2.Construction Team; FACTOR C - Small Business Subcontracting Effort; and FACTOR D Market Conditions. The highest rated proposers, up to five, will advance to Phase II. The proposers qualified to go to Phase II will be evaluated on Factors A-F, with Factors A, B and D being the same as for Phase I unless new or revised submission is received. Factor C for Phase II includes the same criteria as for Phase I but requires the submission of an actual subcontracting plan. Factors E and F are added for Phase II as shown: FACTOR E ? Technical Solution and FACTOR F ? Management Approach. 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. SOLICITATION - The Government intends to issue PHASE I solicitation on our website at http://esol.navfac.navy.mil. Issuance of Phase I is scheduled to be issued approximately 5 March 2007 for a Fiscal Year 07, 3rd quarter contract award. SOLICITATION/SPECIFICATION: PHASE II SOLICITATION/SPECIFICATION WILL BE ISSUED ONLY TO THOSE CONTRACTORS CHOSEN TO GO TO PHASE II. Prospective Offerors, Subcontractors and Suppliers, should immediately register on the web site in order to receive updates, i.e., Amendments. The official plan holders list will be maintained and can be printed from the web. Amendments will be posted on the web site. 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 THE SOLICITATION. In order to participate in this procurement, all offerors must also be registered in the Contractors Central Registration, CCR. The website for CCR is http://www.ccr.gov. Inquiries in regards to the closing dates for proposals or the number of amendments issued, contact Ms. Shirley Shumer at 843-820-5923. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to Susie Conner at susie.conner@navy.mil or you may contact Ms. Conner at 843-820-5906. The estimated value of this project is between $18,000,000 and $20,000,000. The estimated days for completion will be approximately 540 calendar days from date of contract award.
 
Place of Performance
Address: Biloxi, MS
Zip Code: 39534
Country: UNITED STATES
 
Record
SN01234141-W 20070218/070216223216 (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.