Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2007 FBO #2034
SOLICITATION NOTICE

Y -- DESIGN-BUILD MARINE CORPS FORCES SPECIAL OPERATIONS COMMAND (MARSOC) WEST FACILITIES, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA

Notice Date
6/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Central Integrated Product Team, Attn: 5C02 1220 Pacific Highway, San Diego, CA, 92132-5190, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-6011
 
Response Due
8/6/2007
 
Archive Date
12/30/2007
 
Description
THIS DESIGN BUILD 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. This is a Design/Build Best Value Source Selection solicitation to provide the design and construction of one FY07 project and five FY08 projects, consisting of 6 new structures comprising approximately 240,000 square feet. These projects will construct the necessary administrative/headquarters, operational/maintenance/mission support, training and housing facilities to support the Marine Corps Forces Special Operations Command (MARSOC) Marines to be stationed at Marine Corps Base Camp Pendleton. These projects will also construct the necessary supporting facilities, including demolition and site clearing, pavements and other site improvements, grading and drainage, and utilities necessary to support the facilities. Upgrades to local utilities include potable water, sanitary sewer, LP gas, electrical power and telecommunications. Facilities include Q204 SOF MARSOC Headquarters Operations Facility, Q205 SOF Supply Warehouse, Q207 SOF Paraloft, Q209 SOF Academic Instructional Facility, and P215 MARSOC Supporting Facilities (including Armory, Motor Transport Maintenance Facility and other site improvements). Buildings will be single- and multi-story, masonry buildings with standing seam metal roofs, mechanical/electrical systems, heating, ventilation and air conditioning, fire protection systems, and site improvements. Facility design will incorporation anti-terrorism and force protection features. Base bid will be for Q204 Headquarters/Operational Facility, with the other five projects included as options to be awarded in FY08. The options may be exercised up to 180 calendar days following initial contract award. 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 is considered to be the BEST VALUE to the Government, price and technical factors considered. This procurement will consist of two (2) Phases. PHASE 1- Proposers will be evaluated on FACTOR 1 - Experience and Qualifications of Offeror and Offeror?s Team, 1.1 Technical Qualifications and Experience of the Firms, 1.2 Technical Qualifications and Experience of Key Personnel, and 1.3 Design-Build Team?s Organization and Processes; FACTOR 2 - Past Performance of Offeror and Offeror?s Team; and FACTOR 3 - Safety. The highest rated proposers, up to five, will advance to Phase 2. The proposers qualified to go to PHASE 2 will be evaluated on FACTOR 4 - Support for Small Business; FACTOR 5 - Technical Approach and Solution; and FACTOR 6 - Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to use trade-off processes when it may be in the best interest of the Government; to consider award to other than the lowest price 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. The Government intends to issue PHASE 1 solicitation on our website at http://www.esol.navfac.navy.mil. Issuance of PHASE 1 solicitation is scheduled approximately for 5 July 2007, with an intended January 2008 contract award. A preproposal conference will be scheduled approximately 2 weeks after issuance of the solicitation. A site visit will be held only during Phase 2. SOLICITATION/SPECIFICATION FOR PHASE 2 WILL BE ISSUED ONLY TO THOSE CONTRACTORS CHOSEN TO PROCEED TO PHASE 2. Prospective Offerors, Subcontractors, and Suppliers should immediately register on the website in order to receive updates such as Amendments. The official plan holders list will be maintained and can be printed from the website shown above. Amendments will be posted on the website. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEBSITE 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. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100. Federal requirements of 38U.S.C. 4212(d) for that fiscal year. Instructions, information, and follow-up assistance is provided at the VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto:helpdesk@vets100.com. Inquiries in regards to the closing dates for proposals or the number of amendments issues, contact Ms. Linda Birnie at 619-532-4244, lindalou.birnie@navy.mil. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to Ms. Birnie. The estimated value of this project is between $18,000,000 and $22,000,000, with an additional $30,000,000 to $33,000,000 total for the options. The estimated total time for completion will be approximately 900 calendar days from date of contract award.
 
Place of Performance
Address: Marine Corps Base, Camp Pendleton (Oceanside), California
Zip Code: 92055-5229
Country: UNITED STATES
 
Record
SN01323901-W 20070622/070620221911 (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.