Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

Z -- RECOVERY--Z--Repair and modernize the reserve training center/vehicle maintenance facility for NOSC Omaha, Nebraska.

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CENTRAL FEAD 201 Decatur Avenue Bldg 5 Great Lakes, IL
 
ZIP Code
00000
 
Solicitation Number
N4008310R0001
 
Response Due
9/10/2009
 
Archive Date
10/7/2009
 
Point of Contact
Chris A. Payton (847) 688-3368 LaMar Q. Sims (847) 688-3368Judy Honold (847) 688-2600
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SYNOPSIS: FIRM FIXED PRICED TWO-PHASED DESIGN-BUILD CONTRACT FOR THE NAVAL OPERATIONAL SUPPORT CENTER OMAHA, NEBRASKA, N40083-10-R-0001 This synopsis notice is for information purpose only. This will be an American Recovery and Reinvestment Act acquisition. This procurement is for a firm fixed priced two-phased design-build construction for Naval Operational Support Center Omaha, Nebraska. This procurement is 100% set-a side for SBA Certified 8(a) firms in Region VII (Iowa Kansas, Missouri and Nebraska). The NAICS Code for this procurement is 236220. The work will include repair, renovation, alteration, maintenance and repair work, with design capability. The total estimated contract award will range between $1 million to $5 million. Proposers will be evaluated using the two-phase design-build selection procedure that will result in an award based on best value to the Government, price and other factors considered. Phase 1 is the pre-qualification phase. Phase I factors relate to technical approach, technical qualifications (specialized experience and technical competence), capability to perform, past performance of the offeror's team (including the architect-engineer and construction members) and other appropriate factors excluding cost or price factors. A maximum of five firms will be prequalified in Phase I and will participate and advance to Phase II technical solutions and price. In Phase II, the selected Phase I offerors must submit technical and price proposals for the project. Offerors who fail to submit their Phase II technical and price proposals will not be considered for award. The Phase II technical proposal will require preparation of a limited design solution for the project and other factors that define the quality requirements for the project. Offerors claiming professional designation shall be registered and/or certified in their discipline. Proposers will be required to submit a bid bond for the project. The objective of source selection is to select the proposal that represents the best value to the Government. The solicitation will be available on or about September 10, 2009 and can be downloaded from www.fedbizopps.gov. NOTE: Prospective contractors must be registered in the Central Contractor's Registration (CCR) database prior to award of a DoD contract. Offerors are further advised that failure to register in the DoD CCR database may render your firm ineligible for award. Contractors not already registered in CCR are highly encouraged to register. For more information, see the CCR website at www.ccr.gov. For inquiries about Phase I proposals, please contact Chris Payton, e-mail chris.payton@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008310R0001/listing.html)
 
Place of Performance
Address: 5808 N 30th Street, Omaha, Nebraska
Zip Code: 68111
 
Record
SN01928270-W 20090828/090827001948-667f87b4a552af1cd24158b202973ef0 (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.