Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

Y -- DESIGN/BUILD P370, TRAINING POOL REPLACEMENT, NAVAL STATION NEWPORT, NEWPORT, RHODE ISLAND

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-07-R-0370
 
Response Due
6/26/2007
 
Description
DESIGN/BUILD P370, Training Pool Replacement, Naval Station Newport, Newport, Rhode Island. This RFP has been issued to obtain contractor qualifications for which a contract, by means of a negotiated firm fixed-price procurement for Design/Build P370 Training Pool Replacement, Naval Station Newport, Newport, Rhode Island, will be awarded. A contract will be awarded to the best value offeror in accordance with FAR PART 15 and 36 using the Best Value Source Selection procedures. This solicitation will be issued as N40085-07-R-0370. The contract will provide a new Training Pool for Officer Training Command Newport. The project includes a permanent, fireproofed, structurally-framed masonry facility with built-up roof surrounding a new, in ground combat training pool / tank. Included are showers and locker rooms, support space, fire protection systems, humidity control, utility connections and associated site work. The contract to budget award amount, for the base bid is $4,410,000.00. The contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Phase I proposals will be evaluated based on their technical merits for the identified criteria for technical factors 1, 2, and 3. A maximum of five (5) offerors will be selected to submit Phase II proposals. The proposal due date for Phase II will be established by amendment after the completion of Phase I. The technical evaluation ratings from Phase I will carry over to Phase II for an overall rating of technical factors 1 through 5. Phase II proposals will be evaluated based on all technical factors (Factors 1-5) and price factor. All technical factors are of equal importance. Technical sub factors within technical factors 1, 2, 4, and 5 are of equal importance. Technical Factor 3, sub factors A, B, C, and D are listed in descending order of importance. Technical is approximately equal to price. The Basis of Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The technical evaluation factors include: Phase I: (1) Corporate Experience, (2) Past Performance (3) Safety; Phase II (4) Small Business Sub Contracting Effort and (5) Technical Approach. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The Request for Proposals (RFP) will be issued on or about 4 June 2007. Tentative date/time for submission of proposals will be on or about 26 June 2007, 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in Adobe Acrobat PDF file format. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitation website. The address is: http://esol.navfac.navy.mil/ Only registered contractors will be notified, by email, when amendments to the solicitation are issued. Inquiries shall be emailed to Deborah Abell, deborah.abell@navy.mil 757-444-1138 X 3057. Secondary POC: Larry Scheible, Lawrence.scheible@navy.mil, phone 757-444-1138X3064. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $31M. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract (Format to be included in solicitation).
 
Place of Performance
Address: OFFICERS TRAINING COMMAND NEWPORT, 291 KOLLMEYER STREET, NAVAL STATION NEWPORT, NEWPORT, RHODE ISLAND
Zip Code: 19106-1590
Country: UNITED STATES
 
Record
SN01297076-W 20070519/070517221440 (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.