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
SOLICITATION NOTICE

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

Notice Date
3/23/2010
 
Notice Type
Presolicitation
 
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
N4008310R0018
 
Response Due
3/23/2010
 
Archive Date
4/23/2010
 
Point of Contact
Lara Lutz 847-688-2600 x429 Chris Payton (847)688-2600 x171
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS SYNOPSIS WAS ORIGINALLY POSTED ON NECO UNDER N40083-10-C-0018 ON FEBRUARY 5, 2010. THIS SYNOPSIS IS POSTED TO CORRECT THE NUMBER TO N40083-10-R-0018. THE SOLICITATION HAS BEEN POSTED UNDER N40083-10-R-0018. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS 100% SET ASIDE FOR SBA ILLINOIS DISTRICT 8(A) FIRMS ONLY. COORDINATION IS WITH THE SBA ILLINOIS DISTRICT OFFICE. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY FEBRUARY 19, 2010. On or about February 19, 2010, a solicitation for a renovation project will be posted on FedBizOpps (www.fbo.gov). The Government's objective is to obtain services, including all labor, material, transportation, equipment, and supervision required to accomplish renovation(s) of Bachelor Enlisted Quarters 633 and 634 (approximately 52,000 sq ft each), Naval Station Great Lakes, IL as described and as shown in specifications and drawings that will be provided in the solicitation. All work is to be performed in an unoccupied facility, where the contractor will be required to coordinate with the Contracting Officer to complete the work. This project will repair existing BEQ Buildings 633 and B-634, class A student quarters. The existing heating, ventilation and air-conditioning systems, electrical and lighting systems including power distribution wiring, plumbing system, and the exterior brick walls are all in need of repair. By repairing these major systems, the life safety, building code, and quality of life deficiencies of the building will be corrected Electrical repairs include repair and/or replace transformer, power panels, circuit breakers, wiring and cabling for the building system load, fire alarm protection system, lighting system, egress lighting fixtures, and outlet receptacles. The standing metal roof system requires minor repairs to maintain its integrity. The plumbing system repairs include replacing deteriorated water supply and wastewater piping, bathroom fixtures, and toilet stalls. The steam pipes and other HVAC components will be repaired thus improving the quality of air flow improving the class A student berthing 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 the competitive range. The approximate value of the project is more than $10,000,000. Performance and payment bonds are required. All interested 8(a) firms must have bonding capability. The Government will request for proposals (RFP) from firms in accordance with the requirements designated by sections of the FAR 15.203 and Navy/Marine Corps Acquisition Guide for a competitive negotiated procurement utilizing the Two-Phase Design-Build selection procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of 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 are as follows: Past Performance and Relevant Project Experience; Technical Qualifications; and Management Approach. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors will precede to Phase II. Phase II will include the following factors: Past Performance and Relevant Project Experience; Technical Qualifications; and Management Approach (same as Phase I unless conditions change); Design Solution and Narrative; Durability, Sustainability, Maintainability of Building Systems; and Project Scheduling and Phasing, and Price. As the solicitation will be issued via the internet, all prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt to download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the internet, if necessary. The official plan holders list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors' responsibility to check the website periodically for any amendments to this solicitation. Offers will be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the Central Contractor 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 website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will 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/N4008310R0018/listing.html)
 
Place of Performance
Address: BUILDINGS 633 & 634 AT NAVAL STATION, GREAT LAKES, IL
Zip Code: 60088
 
Record
SN02100767-W 20100325/100324000422-4e5c44ecbed95dc50272a174b6b1ad6a (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.