Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
SOLICITATION NOTICE

Y -- Design Build P208V/A Joint Regional Correctional Facility, NSA Northwest Annex, Chesapeake, VA

Notice Date
10/28/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R9695
 
Point of Contact
Holly Newton 757-322-1030
 
Small Business Set-Aside
N/A
 
Description
This procurement is a Two Phase Best Value Source Selection for the design and construction of P208V/A Joint Regional Correctional Facility, NSA Northwest Annex, Chesapeake, VA. 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: a Joint Regional Correctional Facility complex at NAS Northwest Annex, Chesapeake, Virginia. The new level II, medium security, 400 person detainment facility will meet American Corrections Association (ACA) standards. The complex will provide facilities for the following requirements: confinement facility including general and special confinement housing; berthing spaces with showers and toilets; administrative areas; entry lobby, visiting, and staff areas; armory; kitchen and dining areas; social services, medical, and dental facilities; storage spaces; perimeter security fencing; education and vocational tra! ining spaces; day rooms; barber shop, mail room, laundry; commissary issue room; gymnasium; outdoor recreation areas with security guard towers; religious and library areas; maintenance shops; hazardous material storage, and industrial washer/dryer area. The complex will be designed to support 350 male and 50 female prisoners. Energy monitoring and control system will be provided with sprinklers, fire detection and alarm system and electronic security systems with closed circuit TV capability. Supporting facilities include site preparation, and grading utilities; electric service, perimeter lighting; water distribution to the site and around site perimeter; high security fencing, double row, including sally port gates (sliding, including controls); access road; paving, walks, curbs, and gutters; parking; street lighting; storm drainage and retention pond; information systems; and site improvements. The contractor shall provide all labor, supervision, engineering, materia! ls, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The budget amount to accomplish the design and construction of P208V, is $63,395,420.00 for the Base Bid. The Phase One written technical proposal will address Corporate Experience, Past Performance, and Safety. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. The maximum number of Offerors that will be selected to submit a Phase Two proposal is five (5). 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 Management Approach, Small Business Utilization, Special Design Features/Enhancements, and Price, which will be evaluated in accordance with FAR Part 15.3. Phase II proposals will be evaluated based on all technical factors (Factors 1-6) and pri! ce factor. The relative order of importance of the technical evaluation factors and sub-factors is Factors 1 through 7 are approximately equal in importance to each other. Subfactors within technical factors 1, 2, 3, and 5 are of equal importance. Technical evaluation factors are equally weighted and when combined are 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 af! forded the opportunity, to qualify, discuss, or revise their proposals. The Phase I Request for Proposal (RFP) will be issued on or about 12 November 2008. Tentative date/time for submission of Phase I proposals will be on or about 12 December 2008, 2:00 PM (EDT). The solicitation will be listed as N40085-08-R-9695 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 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: Holly M. Newton, Phone: (757) 322-1030, Email: holly.newton@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=60da045135ba73210b350a6df83ce639&tab=core&_cview=1)
 
Record
SN01697424-W 20081030/081028215455-60da045135ba73210b350a6df83ce639 (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.