Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

Y -- P-3710 USAF Navigator Training Hangar and P-3720 CSO Applied Instruction Facility, Naval Air Station Pensacola, FL

Notice Date
5/18/2007
 
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-0761
 
Response Due
7/23/2007
 
Description
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 & Institutional Buildings Construction. The Size Standard is $31,000,000. The work consists of: Design and construct P-3710 USAF NAVIGATOR TRAINING HANGAR, NAS PENSACOLA, FL. Construct new Joint Air Force Combat Systems Officer Training Hangar at NAS Pensacola. Structure will be 74,510 SF standard high bay hangar with associated maintenance, administrative and equipment space within the structure. Project will also expand current parachute shop by 973 SF in Hangar 3260 to accommodate expansion of mission for parachute maintenance as a result of additional Air Force flight operations. Renovate Hangar 1853 administrative spaces to accommodate expansion of existing maintenance shops to facilitate execution of increased workload imparted by additional aircraft being relocated to NAS Pensacola. Renovations will include reconfiguration and modifications to existing administrative spaces. Renovate 15,500 SF of Hangar 1853 to provide additional Contractor Operated and Maintained Base Supply (COMBS) space for the maintenance of the additional aircraft. Construct a 6000 SF Fuel Cell Maintenance Facility. Construct two Aircraft Engine Check Pads without a Noise Suppression System. The project includes the relocation of the Combat Aircraft Loading Area (CALA) and P-3720 CSO APPLIED INSTRUCTION FACILITY (AIF), NAS PENSACOAL, FL. Construct a 36,996 SF steel framed applied instruction facility to accommodate Combat Systems Officer (CSO) training functions. Facility will include classroom, instructor and storage space for all functions in a tenant Command. A SCIF will also be constructed within the facility to allow for classified material instruction. Site work will include utility extensions, sidewalks and roads (driveways) to connect to existing infrastructure as well as 400 additional parking spaces. BRAC simulator requires approximately 8000 SF of space. Simulations will include 3 OFT?s for the T-6A and 3 each OFT?s and UTD?s for the new navigator training. 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 (2) Phases. Phase I: Proposers will be evaluated on FACTOR A - Past Performance: (1) Design and (2) Construction; FACTOR B - Technical Qualifications (1) Design and Construction Teams; FACTOR C - Small Business Subcontracting Effort; FACTOR D ? Market Conditions. The highest rated proposers, 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 new or revised); FACTOR B ? Team Qualifications (same as Phase I unless new or revised) FACTOR C- Small Business Subcontracting Effort; FACTOR D ? Market Conditions (same as Phase I unless new or revised); FACTOR E -Technical Solution; 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. FOR SPECIFICATIONS: The Government intends to issue PHASE I only on the WEB. Phase I will be issued approximately on or about 21 Jun 2007, with Proposals being due on 21 Jul 2007. PHASE II WILL BE ISSUED AT A LATER DATE FOR THOSE CONTRACTORS CHOSEN TO GO 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 themselves on the web site. The official plan holder?s list will be maintained and can be 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. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) 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. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to susie.conner@navy.mil. The estimated value of this project is between $42,800,000 and $47,600,000. The estimated days for completion is 670 calendar days from date of contract award.
 
Record
SN01298390-W 20070520/070518221648 (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.