Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

Y -- Design/Build P-130V, NSY Portsmouth, Kittery, Maine: Seed project for the North East General Multiple Award Construction Contract (MACC) to be awarded as a result of this procurement.

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV. NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R2108
 
Archive Date
9/30/2008
 
Point of Contact
Larry Scheible 757-444-0684 Secondary Points of Contact Deborah Abell; 757-444-0585; deborah.abell@navy.mil Ross Woodson; 757-444-0323; ross.woodson@navy.mil
 
Description
This is an indefinite quantity, indefinite delivery, Design/Build Multiple Award Contract (MACC) for general construction. The seed project is P-130V, Design/Build Survival, Evasion, Resistance & Escape (SERE) Training Building, Restaurant/Galley, and provide an addition to existing Building 315 (BOQ) facility, Naval Shipyard Portsmouth, Kittery, Maine. The SERE building will house and/or provide the following components; instructor area (6286 sf), Classroom (712sf), auditorium (1270 sf), admin (2271sf), bulk storage (8880 sf), equipment drying area (947 sf), vehicle bay (1313 sf) and a class A student dormitory ? ?2+2? Module (5532 sf). Building includes HVAC and freight elevator. Construct a restaurant/galley to house and/or provide for specialty food service shops (3003 sf). Building includes HVAC. Construct an addition to the Bachelor Officers Quarters (BOQ) Building 315 of 10 ?2+0? Modules (5209 sf); building includes HVAC. SERE Building and the addition to building 315 will be multi-story structural steel frame with reinforced masonry walls and brick veneer construction. Restaurant/ Galley will be single story facility. Facility foundations will be a shallow, spread footing and concrete floor system. The contract to budget award amount is $10,736,400.00. This contract will also provide a design/build, multiple award, indefinite delivery, indefinite quantity contract for general design/build projects in the NAVFAC MIDLANT Northeast Area of Responsibility to include: Maine, New Hampshire, New York, New Jersey, Pennsylvania, Rhode Island, Connecticut, Massachusetts, Vermont, and Delaware. Under such MACC, the Contractor(s) shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the specifications for each task order. No more than seven (7) MACC contracts will be awarded as a result of this solicitation. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $100,000,000.00 for the life of the contract. The contract(s) have no annu al or contractor limit. The limit is the maximum for the life of the contract of $100,000,000.00. Projects for the D/B General Northeast Design-Build MACC will have an estimated construction cost between $5,000,000.00 and $25,000,000.00; however, smaller and larger dollar value projects may be considered at the discretion of the NAVFAC MID-LANT Chief of the Contracts Office. The government guarantees an award amount of $25,000.00 to each successful offeror over the full term of the contract to include option years. This solicitation will utilize the Best Value Source Selection (BVSS), Two-Phase Design/Build Source Selection Procedures per FAR Parts 15 and 36. 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 seven (7) offerors will be selected to submit Phase II proposals. The contracting officer, at his/her option, reserves the right to select less than seven (7) offerors for Phase II should the situation require less. 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. The Request for Proposals (RFP) for Phase I will be issued on or about 25 February 2008. The RFP for Phase II will be issued via amendment upon completion of Phase I. The areas of consideration for evaluation of proposals are detailed below. All technical factors are of equal importance. Technical sub factors within technical factors 1, 2, 4, and 5 are of equal 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. That offeror will be awarded the seed project. PHASE I ? TECHNICAL FACTORS 1. Corporate Experience A. Construction Team B. Design Team 2. Past Performance A. Construction Team B. Design Team 3. Safety Construction Firm PHASE II ? TECHNICAL FACTORS 4. Small Business Subcontracting Effort A. Past Performance B. Subcontracting Plan Effort 5. Technical Approach A. Building and Site Design B. Sustainable Design PHASE II ? PRICE FACTOR The solicitation will be listed as N40085-08-R-2108 in the Navy Electronic Commerce Online, NECO, at: https://www.neco.navy.mil A Vendor User Guide is available for download in the site, as well as a NECO Help Desk contact phone number for any issues/questions. Ensure you register in the site so you will receive emails applicable to your solicitation in the event of any modifications, amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Larry Scheible Phone: 757-444-0684 Email: lawrence.scheible@navy.mil
 
Record
SN01503457-W 20080209/080207231752 (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.