Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

Y -- DESIGN/BUILD TO COLLOCATE MILITARY DEPARTMENT (MILDEP) INVESTIGATION AGENCIES P012V

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0011
 
Response Due
9/10/2007
 
Archive Date
12/31/2007
 
Description
Project number P012V constructs a multi-story facility/ facilities for the BRAC directed collocation of Military Department (MILDEP) Investigation Agencies composed of the Counterintelligence Field Activity (CIFA), HQ Naval Criminal Investigation Service (NCIS), HQ Air Force Office of Special Investigations (AFOSI), HQ Army Criminal Investigation Command (CID), and Defense Security Service (DSS). The requirements of P012V were identified in the 2005 Base Realignment and Closure (BRAC) report which became public law on 9 November 2005 and must be implemented in accordance with the requirements of the BRAC law. Design and architectural features will comply with the Marine Corps Base (MCB) Quantico Base Exterior Architectural Plan (BEAP). This facility will be designed and constructed to include SCIF areas classrooms, offices, restrooms, lounges, locker rooms, showers, video viewing rooms, storage areas, cafeteria, mechanical rooms and other special spaces. Interior will be finished with a combination of tile, carpet, painted CMU walls, suspended gypsum board and acoustical ceiling tiles. Electrical systems include fire alarm systems, energy saving Electronic Monitoring and Control System (EMCS), and information systems. Mechanical systems include plumbing, fire protection systems, and heating ventilation and air conditioning (HVAC). Supporting facilities includes site and building utility connections for potable water, sanitary and storm sewers, natural gas, electrical, telephone, area distribution node (AND) building and equipment, and local area network (LAN). Paving and site improvements include exterior site and building lighting, roadway access, roadway expansion and relocation, paved parking spaces, sidewalks, earthwork, grading, and landscaping. The scope also includes Technical Operating Manuals, Anti-Terrorism/Force Protection (AT/FP) features, and storm water management pond. Anti-terrorism Force Protection features include security fencing, site access control, video surveillance, intrusion detection system conduit and wiring, security lighting, and perimeter access control. This is a two-phase design/build project conducted under full and open competition. This acquisition will result in a FIRM FIXED PRICE contract acquired through competitive negotiations procedures. The procurement will be conducted using source selection procedures and the award will be based on best value to the Government considering the price and non-prices factors. The Design/Build budget range for this project is $240M to $290M. Phase I solicitation will be issued on or about 10 August 2007. Offerors must respond to the Phase I factors ONLY by 2:00 pm EST on 10 September 2007. Please mail an original and five copies to the above address or hand-deliver to the mailroom on the 1st Floor of Building 212. Electronic and Facsimile copies will not be accepted. Potential offerors are notified that the maximum number of Offeror invited to participate in Phase II will not exceed five. The Government will issue the solicitation via NAVFAC E-Solicitation at http://esol.navfac.navy.mil. For this procurement the criteria of Past Performance, Technical/Management Factors, and Price are approximately equal in importance to each other when determining the best value to the Government. The following describes the relative importance of the Technical/Management Factors to each other: Phase I-Technical/Management Factors 1 through 5a are considered equal in importance to each other and the rating compiled along with the past performance rating will be the basis for short listing the most highly rated competitors. Phase II-Technical/Management Factors 5b through 7 will be considered more important than Factors 1 through 5a when assessing the best value to the Government. The following procurement timeline is provided for planning purposes only: Phase I Issue Synopsis 26 July 2007 Issue Phase I Solicitation 10 August 2007 Receive Phase I Responses 10 September 2007 Phase II Issue Phase II Solicitation 19 November 2007 Receive Proposals 22 January 2008 Award 30 April 2008 Factor 1 Relevant Experience (Design Team)?PHASE I A. Basis of Evaluation: The proposal will be evaluated on the offeror?s demonstrated experience in relevant design projects. Relevant project experience is defined as experience in the design of large, complex administrative facilities. Relevance is strengthened by possessing experience with Department of Defense Anti-Terrorism Force Protection compliance. Proposals that demonstrate experience including the same design team personnel as that proposed for this solicitation may be rated higher. B. Submittal Requirements The Offeror shall identify the designer/architect of record and provide relevant design projects (5 maximum, performed within the past ten years or currently ongoing) that reflect the type of facility as described in the solicitation,(are similar in size, scope, function and complexity to the subject project for the design team). Provide details of each project, including photographs if available, that demonstrate the designer?s expertise in designing relevant facilities The Offeror shall provide the following information about the projects: - Facility name - Location & owner of the facility - Whether project type is design/build or design-bid-build. - For design build projects, identify the design agent?s construction partner. - For design build projects, identify role as Request for Proposal (RFP) preparer or Designer who prepared construction documents. - Firm?s role in the project - Original contract cost - Final contract cost including modifications - Award Date - Original contract completion date - Actual date which facility was accepted by owner - Brief narrative description of the facility and how this experience relates to the work requirements in this project. - Provide name and telephone number of the owner?s representatives The Offeror shall identify in their proposal, the design team?s disciplines, approximate numbers within each discipline, as well as relevant capabilities and experience of the team, during the design phase of projects. If any of the firm?s employees participated in any of the five sample projects and will participate in this project, identify the individual and their roles. Factor 2 - Relevant Experience (Construction Team)?PHASE I A. Basis of Evaluation The proposal will be evaluated on the offeror?s demonstrated experience in relevant projects. Relevant project experience is defined as experience in the construction of large, complex administrative facilities similar in size to the project defined in this solicitation. Relevance is strengthened by possessing experience with Department of Defense Anti-Terrorism Force Protection compliance and adherence to original project schedules. B. Submittal Requirements The Offeror shall provide relevant projects (5 maximum), performed within the past ten (10) years that are similar in size, scope, function and complexity to the subject project. Provide details of each project, including photographs if available, that demonstrate the offerors relevant construction expertise. The Offeror shall provide the following information about the projects: - Facility name - Location & owner of the facility - Whether project type is design build or design bid build - For design build projects, identify the design agent partner - Firm?s role in each project - Original contract cost - Final contract cost including modifications - Award Date - Original contract completion date - Actual date which facility was accepted by owner - Brief narrative description of the facility and how this experience relates to the work requirements in this project. - Provide name and telephone number of the owner?s representatives Provide details of each project, including photographs if available, that demonstrate the construction team?s expertise with relevant projects. Factor 3 ? Design and Construction Team & Organizational Chart?PHASE I A. Basis of Evaluation The proposal will be evaluated to assess the degree to which the offeror?s design and construction team members have an established working relationship. The evaluation of this factor may be strengthened based on the extent that the teams have worked together. The demonstration of how quality control will be integrated between the designer and constructor will be evaluated. B. Submittal Requirements The offeror shall describe the relationship between the design team and the construction contractor. The offeror shall describe the designer?s involvement in the construction phase and the constructor?s involvement during the design phase. The offeror shall describe how quality control will be integrated into the proposed teaming approach and the A/E contractor and construction contractor?s involvement in quality control throughout the project. Responses shall not exceed five pages in length. Factor 4 ? Safety Performance History?PHASE I A. Basis of Evaluation This factor exists to emphasize the importance of safety in and around all construction sites and at the base where construction work is being performed. This factor will evaluate the Offeror?s safety performance history by contacting references, including but not limited to clients, insurance agencies and subcontractors, and will evaluate specific aspects of the Offerors construction safety program. The frequency and severity of events may have significant impact in the rating assigned to this factor where (1) ?frequency? denotes quantity of accidents, mishaps, and similar incidents, and how often the incidents occur, and (2) ?severity? pertains to degree of injury, number of victims, and other casualty-related impacts). B. Submittal Requirements Provide the number of mishap/accidents for the prime contractor and all first and second tier subcontractors covering the past three years. Your response shall address each of the following: Description of Accident/Mishap and whether prime or subcontractor event Date/location of occurrence and contract title Actions taken following accident/mishap Agency/client POC and phone number Employer (of employee affected by event) POC and phone number The Government will contact references for the purpose of validating the information provided in response to this factor as well as obtaining further insight into each Offeror?s corporate safety philosophy. The Government reserves the right to call any or all previous clients for the purpose of obtaining additional information regarding the offeror?s record of accidents and mishaps The Offeror shall provide information that demonstrates a corporate commitment to construction safety by addressing the following: Processes/Standard Operating Procedures Management Involvement/Commitment Employee participation and training Incentive/Awards program Other safety program innovations Factor 5a ? Subcontracting History?PHASE I A. Basis of Evaluation The evaluation of this factor will assess the commitment by the offeror to promote the socio economic and small business subcontracting programs of the federal government. Offerors that demonstrate a consistent commitment of meeting or exceeding goals may be rated higher. B. Submittal Requirements Offerors shall provide their history of subcontracting to Small Business (SB), Small Disadvantaged, Historically Underutilized Small Zone Small Businesses, Women Owned Small Businesses, Service Disabled Veteran Owned Small Businesses, and Historically Black College and University/Minority Institutes. Offerors must address the following in sufficient detail to allow proper evaluation and rating: 1. Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical Factor 2, Relevant Experience (construction team). If the referenced projects were not DOD procurements and an SF-294 was not required, provide any other documentation showing compliance with the utilization of Small Business firms in each noted category (e.g., Small, Small Disadvantaged, HUBZone Small, Veteran Owned Small, Service Disabled Veteran Owned Small and Historically Black Colleges and Universities/Minority Institutions, if applicable). Include the dollar value and percentage of work (of total contract value) subcontracted to these entities. If goals were not met on the referenced contracts, provide an explanation as to why. 2. Provide information on any awards received within the past three (3) years for outstanding support to the small business community. 3. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on the DOD contracts submitted under (1) above. 4. Provide information on existing or pending mentor-prot?g? agreements. Provide information, if available, on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB PAST PERFORMANCE? PHASE I Past Performance information is one indicator of an Offeror?s ability to perform this contract successfully. This evaluation will include the performance history of both the construction entity and the design entity. The relevancy and source of the information, context of data, and general trends in a contractor?s performance shall be taken into consideration. The assessment of the Offeror?s past performance will be used as a means of evaluating the relative capability of the Offeror and establishes a level of confidence or risk for successful performance under this contract. Past Performance findings will influence the relative standing of the Offeror. Findings will be used to validate proposals against established criteria. By contacting references provided under Factors 1 and 2, the Government will evaluate the Offeror?s past performance. Offerors are authorized to provide information on problems encountered on the identified contracts and corrective actions taken. In investigating the Offeror?s past performance, the Government is not limited to the references submitted but may rely on other sources as well. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services as well as fair and reasonable pricing. The Government will evaluate the Offeror?s record of conforming to specifications and standards of good workmanship, and will evaluate the Offeror?s record on cost control/change orders and adherence to contract schedules. Subcontractor management, safety management, and other quality control programs will also be reviewed. The Government will examine the Offeror?s record for reasonable and cooperative behavior, and in general, the Offeror?s business-like concern for the interest of the customer. Offerors may be given an opportunity to address unfavorable reports of past performance, and the Offeror?s response will be taken into consideration. A review of CCAS and ACAS may be performed. PHASE II. EVALUATION FACTORS - Please do not respond to Phase II factors at this time. The following factors will be included in Phase II, and their full text will be provided in the solicitation. Factor 5b ? Subcontracting Plan (project specific) Factor 6 ? Design Solutions Factor 7 ? Design and Construction Schedule
 
Place of Performance
Address: MARINE CORPS BASE QUANTICO, VA
Zip Code: 22135
Country: UNITED STATES
 
Record
SN01353690-W 20070728/070726222554 (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.