Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

Y -- Design/Build, Q464 SOF Special Boat Team 20 Operations Facility, NAB Little Creek, Norfolk, Virginia

Notice Date
1/10/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
23511
 
Solicitation Number
N40085-07-R-0428
 
Response Due
1/28/2008
 
Point of Contact
Kirsten Johnson, Contract Specialist, Phone (757) 322-8228, Fax (757) 322-4611, - Dawn Cail, Contracting Officer, Phone 757-322-4422, Fax 757-322-4611
 
E-Mail Address
kirsten.johnson@navy.mil, dawn.cail@navy.mil
 
Description
This procurement is a Two Phase Best Value Source Selection for the design and construction of Q464 SOF Special Boat Team 20 Operations Facility, Naval Amphibious Little Creek, Norfolk, Virginia. A contract will be awarded to the best value offeror in accordance with FAR Parts 15 and 36 using the Best Value Source Selection procedures. The contract will provide the following: construct a two-story SOF Special Boat Team (SBT)-20 Operations Facility. The new building will be constructed on pile/pile cap foundations, reinforced concrete slab on grade, split-faced cmu with cmu backup cavity wall at the first floor, steel framing and insulated metal wall panels at the second floor, steel trusses and insulated metal roof deck. Building systems will include fire protection, HVAC, and elevator. Specialized systems consist of electronic surveillance including; cameras, card readers, information systems and motion detectors. Specialized features include facility construction as a controlled access area (CAA) for open storage of classified information to the level of Secret, controlled cryptographic item (CCI) secured areas, and electrical generators. AT/FP measures will include fencing, security gates, proper set backs, and area lighting. In addition, the scope of work includes renovating a portion of Building 108. Some of the occupants of Building 108 will relocate into the new OPS facility requiring this project to be performed in phases. Mission Support Personnel will occupy the renovated spaces of Building 108. The renovation work includes demolition, new finishes, reconfiguration of spaces, mechanical and electrical work, a new armory and incidental related work associated. Site improvements shall include railroad track, steam line, pavement, and fence demolition; natural gas, domestic water, sanitary sewer and storm drainage improvements; a concrete apron; a bituminous asphalt road; new fence; relocation of a gate; a new concrete pad for recycling container storage; and stormwater management. A new concrete apron shall be constructed to allow trucks to pull up to the north end of the building for loading and unloading. A new bituminous asphalt road shall be constructed to provide access to the mechanical room. This will also allow light duty trucks to be loaded with equipment. Stormwater shall be managed for both quality and quantity. Storm drainage improvements; including restoration of a portion of an existing system and installation of new pipes and inlets, is required to convey stormwater runoff to an existing outfall. The funding available for the base bid is $12,300,000.00. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts supplies and transportation to perform all work described in the specifications. The Phase I written technical proposal will address Corporate Experience, Past Performance, and Safety. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. 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. Phase II of the solicitation shall be comprised of a written small business subcontracting plan, technical approach, and project schedule, which will be evaluated in accordance with FAR Part 15.3. Phase II proposals will be evaluation based on all technical factors (Factors 1-6) and price factor. All technical factors 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. 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 THAT 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 Phase I Request for Proposal (RFP) will be issued on or about 28 JAN 2008. Tentative date/time for submission of Phase I proposals will be on or about 27 FEB APR 2008. 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in a Adobe Acrobat PDF file format via the Internet. The free Acrobat reader, required to view PDF files, can be downloaded from the Adobe website. The official access to this solicitation is via the Internet at http://www.neco.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the Navy Electronic Commence Online (NECO) website. Only registered Contractors will be notified by email when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Technical inquires shall be faxed to 757-322-4611, Attention: Kirsten I. Johnson, Code OPHRAQ6 or email at kirsten.johnson@navy.mil. The North America Industry Classification System (NACIS) code for this project is 236220 with a Size Standard of $31 million. This project is not set aside for small business. Large Business shall submit a subcontracting plan prior to award of the contract. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. Offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and constractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at www.ccr.gov. All offerors must submit Representations and Certifications via the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. The cost range for this project is between $10,000,000 and $25,000,000. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N40085-07-R-0428/listing.html)
 
Place of Performance
Address: Kirsten Johnson, Contract Specialist, Phone (757)322-8228, Fax (757) 322-4611, Email kirsten.johnson@navy.mil - Dawn Cail, Contracting Officer, Phone (757) 322-4422, Fax (757) 322-4611, email dawn.cail@navy.mil
Zip Code: 23521
Country: UNITED STATES
 
Record
SN01509657-F 20080216/080214232846 (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.