Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
MODIFICATION

Y -- D/B P-340 STRATEGIC WEAPONS SYSTEMS FACILITY, CRANE, INDIANA

Notice Date
5/3/2010
 
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
N4008310R0022
 
Response Due
5/14/2010
 
Archive Date
5/17/2010
 
Point of Contact
Terryll Zade (847-688-2600 ext 417 Terryll Zade, (847) 688-2600 ext 417Chris Payton, (847) 688-2600 ext 171
 
E-Mail Address
Contract Specialist
(terryll.zade@yahoo.com)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amended to read: Phase I RFP is attached. Phase I proposals are due on May 14, 2010 at 2:00 P.M. Central Standard Time. N40083-10-R-0022, Design/Build Construction Contract P-340 Strategic Weapons Systems Facility, Crane, Indiana This solicitation is being issued as a competitive 8(a) set a side for competition in Regions IV & V; Region IV (Kentucky, Tennessee, North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi) and Region V (Minnesota, Wisconsin, Illinois, Michigan, Indiana, Ohio). This is a two-step design/build construction project for the P-340 Strategic Weapons Systems Engineering, Crane, Indiana, Request for Proposals, #N40083-10-R-0022. The proposed contract is limited to qualifying 8(a) firms in Region IV (Kentucky, Tennessee, North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi) and Region V (Minnesota, Wisconsin, Illinois, Michigan, Indiana, Ohio) of the Small Business Administration. The Government will not consider offers from other than 8(a) firms or from 8(a) firms outside of Regions IV and V. 8(a) firms that are not serviced by Regions IV and V SBA District Offices, but have a bona fide place of business (as defined by SBA) within the geographic area served by Regions IV and V District Office's are also eligible to submit offers. An 8(a) firm not serviced by Regions IV and V SBA District Offices must consult its servicing District Office regarding the establishment of a bona fide place of business of status of a previously established bona fine place of business. All other firms are deemed ineligible to submit offers. PROJECT DESCRIPTION: It is the intent and objective of the Government to obtain design and construction services including labor, material, transportation, equipment and supervision required to design/build and construct a 50,752 SF permanent addition to the existing Strategic Weapons Systems Engineering Facility, Building 3334. The addition will be a two-story, steel frame structure, with concrete foundation and floors. Function areas will include open systems engineering albs, analysis lab, test and evaluation labs, engineering and logistics support areas, secured space, shipping/receiving, conference rooms, lunch/break room, restrooms, and a mechanical room. Special features will include 400 Hz power, controlled lab spaces, dry air/nitrogen distribution system, fire protection system, information system, and a humidity requirement of 40-60% in lab spaces. The project will also provide Intrusion Detection System (IDS) and access controls to ensure adequate security. Built-in equipment will include isolation pads, raised flooring and elevator. Anti-Terrorism/Force protection (AT/FP) features include window glazing and appropriate parking separations. The project will conform to anti-terrorism/force protection standards and follow LEED and Federal Energy Acts compliance for design, development, and construction of the project. The successful proposer will be required to validate the design against the RFP requirements and accept design responsibility (i.e. sign and seal design drawings and specifications by registered professional engineers and architects). The RFP will provide the project program, site survey, and prescriptive and performance specifications. The RFP will not include a floor plan or design solution. The NAICS Code for this proposed procurement is 236220 and the annual size standard is $33.5 million. This proposed solicitation is an 8(a) set-aside. Estimated cost of this potential contract is between $11,000,000.00 and $14,000,000.00. Procurement Method: The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government. The two phases consist of the following: PROPOSAL EVALUATION - PHASE 1 Evaluation Factors - Phase 1. The areas of consideration for evaluation of technical proposals are detailed below. For evaluation purposes, Factors 1 through 3 are equal in importance. Phase I. Proposals will be evaluated on the following technical evaluation factors:.Factor 1 - Past Performance and Relevant Project Experience Sub-factor 1A - Design TeamSub-factor 2A - Construction Team.Factor 2 - Technical QualificationsSub-factor 2A - Design TeamSub-factor 2B - Construction Team.Factor 3 - Management Approach Sub-factor 3A - Management ApproachSub-factor 3B - Construction Quality ControlSub-factor 3C - Safety & Experience Modifier Rate (EMR) The factors for Phase II are as follows: Factor 1 - Past Performance and Relevant Project Experience, Technical Qualifications and Management Approach (same as Phase I unless conditions change)Factor 2 - Technical SolutionFactor 3 - Durability, Maintainability, Sustainability of Building Factor 4 - Project Schedule and Phasing This is a new procurement. It does not replace an existing contract. No prior contract information exists. Phase I RFP is attached. Phase I proposals are due on May 14, 2010 at 2:00 P.M. Central Standard Time. If you have any questions, please contact Terryll Zade, Contract Specialist, (847) 688-2600 ext 417 or via e-mail at terryll.zade@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008310R0022/listing.html)
 
Record
SN02138481-W 20100505/100503234546-358d07d04a3d3842d8b0936b6e9939f4 (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.