Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
MODIFICATION

Z -- REPAIR AND RENNOVATE BACHELOR ENLISTED QUARTER BUILDINGS 633 &634 AT NAVAL STATION GREAT LAKES, IL

Notice Date
3/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008310C0018
 
Response Due
3/23/2010
 
Archive Date
4/15/2010
 
Point of Contact
Lara Lutz 847-688-2600 x429 Chris Payton (847)688-2600 x171
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS MODIFICATION IS TO INFORM POTENTIAL OFFERORS THAT SYNOPSIS WASORIGINALLY POSTED ON NECO UNDER N40083-10-C-0018 ON FEBRUARY 5, 2010. THISSYNOPSIS MODIFICATION IS POSTED TO CORRECT THE NUMBER TO N40083-10-R-0018(WHICH IS NOW WHERE THE SYNOPSIS IS POSTED). THE SOLICITATION FOR PHASE IWAS POSTED UNDER N40083-10-R-0018 ON MARCH 19, 2010. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS100% SET ASIDE FOR SBA ILLINOIS DISTRICT 8(A) FIRMS ONLY. COORDINATION ISWITH THE SBA ILLINOIS DISTRICT OFFICE. SOLICITATION DOCUMENTS WILL NOT BEAVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY FEBRUARY 19, 2010. On or about February 19, 2010, a solicitation for a renovation project willbe posted on FedBizOpps (www.fbo.gov). The Government's objective is to obtain services, including all labor,material, transportation, equipment, and supervision required to accomplishrenovation(s) of Bachelor Enlisted Quarters 633 and 634 (approximately52,000 sq ft each), Naval Station Great Lakes, IL as described and as shownin specifications and drawings that will be provided in the solicitation.All work is to be performed in an unoccupied facility, where the contractorwill be required to coordinate with the Contracting Officer to complete thework. This project will repair existing BEQ Buildings 633 and B-634, class Astudent quarters. The existing heating, ventilation and air-conditioningsystems, electrical and lighting systems including power distributionwiring, plumbing system, and the exterior brick walls are all in need ofrepair. By repairing these major systems, the life safety, building code, andquality of life deficiencies of the building will be corrected Electricalrepairs include repair and/or replace transformer, power panels, circuitbreakers, wiring and cabling for the building system load, fire alarmprotection system, lighting system, egress lighting fixtures, and outletreceptacles. The standing metal roof system requires minor repairs tomaintain its integrity. The plumbing system repairs include replacingdeteriorated water supply and wastewater piping, bathroom fixtures, andtoilet stalls. The steam pipes and other HVAC components will be repairedthus improving the quality of air flow improving the class A studentberthing and studying environment. The project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit thecompetitive range. The approximate value of the project is more than$10,000,000. Performance and payment bonds are required. All interested8(a) firms must have bonding capability. The Government will request for proposals (RFP) from firms in accordancewith the requirements designated by sections of the FAR 15.203 andNavy/Marine Corps Acquisition Guide for a competitive negotiated procurementutilizing the Two-Phase Design-Build selection procedures of FAR 36.3. Thismethod permits evaluation of proposals based on price competition, technicalmerit and other factors; permits impartial and comprehensive evaluation ofofferors' proposals; permits discussions if necessary; and ensures selectionof the source whose performance provides best value to the Government. In accordance with FAR 36.3, this procurement will consist of two phases.Phase I is the qualification phase. The evaluation factors for Phase I areas follows: Past Performance and Relevant Project Experience; TechnicalQualifications; and Management Approach. Up to five (5) firms will bepre-qualified to participate in Phase II. The Navy will determine whichofferors will precede to Phase II. Phase II will include the followingfactors: Past Performance and Relevant Project Experience; TechnicalQualifications; and Management Approach (same as Phase I unless conditionschange); Design Solution and Narrative; Durability, Sustainability,Maintainability of Building Systems; and Project Scheduling and Phasing, andPrice. As the solicitation will be issued via the internet, all prospectiveofferors MUST register themselves on the website. All contractors are encouraged to attempt to download prior to obtainingthe solicitation through alternate sources. Many firms and commercialprinting services have the capability to print the solicitation package andplan holders list off the internet, if necessary. The official plan holderslist will be created by registration and will be available from the websiteonly. Amendments will also be posted on the website for downloading. Thiswill be the normal method for distributing amendments; therefore, it is theofferors' responsibility to check the website periodically for anyamendments to this solicitation. Offers will be publicly opened. The number of offers received, the identityof the offers received, the amount of any offer or relative standing of theoffers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes onDepartment of Defense solicitations must be registered in the CentralContractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information,capabilities, and financial information to the Government. The CCR websitecan be accessed at www.ccr.gov. Reference is made to DFARS Clause252.204-7004, Required Central Contractor Registration. All new contractscan ONLY be made to contractors who are registered in CCR. This requirementwill apply to all solicitations and awards, regardless of the media used. For inquiries about the Phase I proposal, please contact Ms. Lara Lutz,847-688-2600 extension 429 or email lara.lutz@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008310C0018/listing.html)
 
Place of Performance
Address: BUILDINGS 633 & 634 AT NAVAL STATION, GREAT LAKES, IL
Zip Code: 60088
 
Record
SN02100687-W 20100325/100324000336-6c1a3d46e32eea9900b925bf87afbb6c (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.