Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

Z -- RECOVERY--Z--Design-Build Renovation and Modernization of the Administration Building 1500 at the Naval Air Station, Pensacola, FL

Notice Date
6/10/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Pensacola, N69450 NAVFAC SOUTHEAST, PENSACOLA 310 John Tower Road Bldg 3560 NAS Pensacola Pensacola, FL
 
ZIP Code
00000
 
Solicitation Number
N6945009R6339
 
Point of Contact
Roger N. Odom 850-452-3131 ext 3080 Tina Dancy - 850-452-3131 ext 3097
 
Small Business Set-Aside
N/A
 
Description
In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Reinvestment Act (ARRA) of 2009, Pub.L. 111-5, the Government posts this presolicitation notice of intent to issue: Design-Build Renovation and Modernization of the Administration Building 1500 at the Naval Air Station, Pensacola, FL. Project Scope: This project is to provide design, repair and modernize administration building 1500 to a safe and usable condition to house NASP command section and support staff. This project will include: replacing the entire HVAC system, replacing existing windows with ATFP compliant double-paned insulating glass units, repair plumbing systems by replacing fixtures, water supply pipes and drain pipes, replacing the electrical distribution system, replacing interior doors, frames and partitions, refinishing wood doors on the south side of the building and replacing with steel double doors on the north side, refinishing existing floors, installation of suspended ceilings, replacement of the fire alarm and fire suppression systems, installation of an elevator and handicap ramp to meet the ADA requirements, and the replacement of sidewalks and repairing of parking lots. Additionally, it will require the refinishing of all interior and exterior surfaces and the re-config! uration of partitions on the first and second decks to accommodate the needs of the command function. This project will also include asbestos, lead paint and mold abatement as well as correct ATFP deficiencies.The estimated range is from $9,300,000 to $10,300,000. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Industrial Building. The days for contract duration are figured from date of contract award to 545 calendar days. This procurement will be issued on an unrestricted basis. This is a best value (2) two-phase competitive procurement requiring technical and price proposals. The 100% Request for Proposal (RFP) will be available on or about Tuesday, 16 June 2009 at https://www.neco.navy.mil/ at which time the contractors will be requested to provide Phase I technical proposal submittals. A maximum of five (5) offerors (unless a greater number is determined by the Source Selection Authority to be included) will be invited to participate in Phase II proposal submittals of the ! solicitation. Contract award will be made to the offeror proposing the best value to the Government, see RFP for proposal submission requirements.SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. A site visit will be scheduled for those that are invited to participate in Phase II. For site visit information refer to FAR clause 52.236-27 and Technical Section 00100 for time and date. The point of contact for this site visit, with instructions can be found in the final solicitation issued on or after 30 Jun 2009. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained.The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil under solicitation number: N69450-09-R-6339. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. It is the offeror's responsibility to check the NECO website periodically for any amendments to the solicitation, as this will be the only method of distribution of amendments. The official Plan Holder List will also be maintained on and can be printed from the website. The Government will not pay for information requested nor will it compensate any respondent for any proposal.The successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the DOD CCR database may render the successful offeror ineligible for award. All contractual and technical inquires shall be submitted via electronic mail to roger.odom@navy.mil. The final RFP will be available on or about Tuesday June 30, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467V/N6945009R6339/listing.html)
 
Place of Performance
Address: 310 John Towers Rd, PWD NAS, Pensacola, Fl<br />
Zip Code: 32508<br />
 
Record
SN01841778-W 20090612/090611000038-a5cf12708bee41e2b40dcd7dc2b3611a (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.