Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOLICITATION NOTICE

Y -- Design/Build P-210V NMRC Lehigh Valley, PA THIS PROCUREMENT IS SET ASIDE FOR SB CERTIFIED SERVICE DISABLED VETERAN (SDV) and SB CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) FIRMS

Notice Date
2/26/2008
 
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
N4008508R2125
 
Point of Contact
Larry Scheible 757-444-0684 Secondary POC: Deb Abell 757-444-0585 deborah.abell@navy.mil
 
Description
Design/Build P-210V NMRC Lehigh Valley, PA. THIS PROCUREMENT IS SET ASIDE FOR SB CERTIFIED SERVICE DISABLED VETERAN (SDV) and SB CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) FIRMS ONLY. This RFP will be issued to obtain contractor qualifications for which a contract, by means of a negotiated firm fixed-price procurement, will be awarded. A contract will be awarded to the best value offeror in accordance with FAR PART 15 and 36 using the Best Value, Two Phase Design-Build selection procedures. This solicitation will be issued as N40085-08-R-2125. The contract will provide for the Design and Construction of a 16,240 SF addition to NMCRC Lehigh Valley, PA. The facility will include a supply warehouse, Gear locker room, Comm Shop, Classroom and Conference space, Administrative Space, Women's and Men's bathrooms with male locker area and shower stalls. SIPR room, Comm room, and Mechanical and Electrical rooms are also required. A 4,402 SF Vehicle Maintenance Facility will also be constructed at the site and will include high bay compartments, single story steel framed structure with concrete foundation, CMU walls, sloped metal roof. Facility will include ve hicle lube system. Site work will include an aggregate covered parking lot for military vehicles. The contract to budget award amount is $7,162,000.00. The contractor shall provide all required design, engineering, labor, supervision, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. 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 five (5) offerors will be selected to submit Phase II proposals; however, the Contracting Officer reserves the right to advance more or less than that number should the circumstances so dictate. 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. 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 technical evaluation factors include: Phase I: (1) Corporate Experience (2) Past Performance (3) Safety Performance Phase II (4) Small Business Sub Contracting Effort (5) Technical Approach. 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 AN AWARD IS ANTICIPATED 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 Request for Proposals (RFP), for Phase I, will be issued on or about 12 March 2008. Tentative date/time for submission of proposals will be on or about 09 April 2008, 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in Adobe Acrobat PDF file format. Contractors are encouraged to register for the solicitation when downloading from the NAVY ELECTRONIC COMMERCE ONLINE. The address is: https://www.neco.navy.mil/ Only registered contractors will be notified, by email, when amendments to the solicitation are issued. This solicitation may also be uploaded t o: https://www.fedteds.gov Only registered contractors will be notified, by email, when amendments to the solicitation are issued. Contractors will be advised if the FedTeds site will also be utilized for the solicitation. Contractors are encouraged to register for the solicitation when downloading from the FEDTEDS WEBSITE. Inquiries shall be emailed to Larry Scheible, Lawrence.scheible@navy.mil, 757-444-0684. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $31M. This project is set aside for small business as detailed above.
 
Record
SN01517286-W 20080228/080226224440 (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.