Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

Y -- RECOVERY--Y--ARRA-DORMITORY(144 RM)SHAW AFB SUMTER SC

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Jacksonville ACQ32, N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 135 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945009R2535
 
Point of Contact
DONNA NELSON 904-542-3208<br />
 
E-Mail Address
Donna Nelson
(donna.nelson@navy.mil)
 
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: The construction of a 144 room multi-story dormitory at TAC Shaw Air Force Base, Sumter, SC, Project #P-3910. Project Scope: The project work includes (1) Construction of a new 54,300 SF three-story dormitory with reinforced concrete foundation and floor slab on shallow spread footings, structural steel frame, exterior walls of split face CMU veneer over gypsum sheathing and metal stud backup, and a sloped pre-finished standing seam metal roof system installed over rigid insulation on structural metal deck and metal roof framing. (2) HVAC, communication and fire protection systems, site work, and all supporting utilities. (3) Heating and Cooling provided by packaged water cooled heat pumps and a geothermal vertically drilled earth heat exchanger system will provide the heat sink/source for the heat pump system. (4) Hazardous material work includes, but is not limited to, removal and disposal of asbestos-containing material from Buildings 418 and 430. (5) Demolition of two existing dorms totaling approximately 44,800 SF. (6) Compliance with LEED criteria is incorporated in the design documents and fulfill all requirements to obtain a Silver LEED certification for this project. Estimated range is $10,000,000 - $19,000,000. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction and Size Standard is $33.5M. The days for contract duration are figured from date of contract award to 540 calendar days, which includes the initial 15 days allowed for mailing of the contract award, submission and approval of insurance, bonding and other requirements as set forth in the contract. Offerors shall submit with their offer, a bid bond in the amount of 20% of the offeror's total proposed price for the project. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. This procurement is unrestricted and full and open competition is invited. This is a best value competitive procurement requiring technical proposals. A tradeoff process is selected as appropriate for this acquisition. The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. Technical Evaluation factors are equal to each other in importance and include: (1) Relevant Experience and Capability of Key Personnel, (2) Past Performance, (3) Small Business Utilization, and (4) Management Approach. All technical evaluation factors when combined are approximately equal to price. The Government intends to award a firm fixed price contract resulting from the solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and their relative importance in the solicitation. 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 are urged and expected to inspect the site where the work will be performed. 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 solicitation. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. On or about Monday, July 13, 2009, the RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil under solicitation number: N69450-09-R-2535. Contract award will be made on or about September 20, 2009. 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 Donna Nelson at donna.nelson@navy.mil. All questions shall be in writing and received by the contracting officer no later than July 31, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0526742f4cde6e5a8cf0405e08bf1367)
 
Place of Performance
Address: SHAW AIR FORCE BASE, SUMTER, SC<br />
Zip Code: 29152<br />
 
Record
SN01856602-W 20090627/090625235706-0526742f4cde6e5a8cf0405e08bf1367 (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.