Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

Y -- DESIGN/BUILD P-402 WATERFRONT OPERATIONS SMALL CRAFT FACILITY, NAVSUBASE NEW LONDON, GROTON CONNECTICUT

Notice Date
2/18/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R7001
 
Archive Date
4/28/2009
 
Point of Contact
Larry Scheible 757-444-0684 Larry Scheible757-444-0684lawrence.scheible@navy.mil
 
Small Business Set-Aside
N/A
 
Description
DESIGN/BUILD P-402 WATERFRONT OPERATIONS SMALL CRAFT FACILITY,NAVSUBASE NEW LONDON, GROTON CONNECTICUT 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, Design-Build selection procedures. This solicitation will be issued as N40085-09-R-7001. The contract will provide complete design and construction of a new waterfront operations small craft facility which includes administrative, training spaces, maintenance shops. Demolition of buildings 79 & 110, construction of a new guard house and repairs to small craft boat ramp. Option 1: Relocation of the fuel tank. Option 2: Provide repairs to the existing boat launch ramp. Option 3: Provide a new guard house. Option 4: Provide collateral equipment including furniture fixtures and equipment. The contract to budget for construction including options 1-3 (excludes the cost for option 4, FF&E) is $10,350,000.00. The contract completion for the project with all options is 555 days. 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. Proposals will be evaluated based on their technical merits for the identified criteria. All technical factors/sub 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: Factor 1 Corporate Experience Sub factor 1A. Design TeamSub factor 1B. Construction TeamFactor 2 Past PerformancesSub factor 2A Design TeamSub factor 2B Construction TeamFactor 3 Safety PerformanceFactor 4 Small Business sub-contracting effortSub factor 4A Past Performance in Utilizing Small Bus ProgramSub factor 4B Sub-Contracting Plan EffortFactor 5 Technical ApproachSub factor 5A Building & Site DesignSub factor 5B Proposed Schedule 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) will be issued on or about 3 March 2009 to 18 March 2009. Tentative date/time for submission of proposals will be on or about 24 April 2009, NLT 2:00 PM (EST). 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 (NECO). The address is: https://www.neco.navy.mil/ 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 $33.5M. This project is not set aside for Small Business firms.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4eebf3b82dda4173daec154d00210d95&tab=core&_cview=1)
 
Record
SN01752472-W 20090220/090218220145-21447b4fc8f6770f5909415c184e5a8f (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.