Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

Y -- P-860 NAVY OPERATIONAL SUPPORT CENTER (NOSC), PITTSBURGH, PA

Notice Date
12/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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
N4008312R0005
 
Response Due
1/19/2012
 
Archive Date
1/23/2012
 
Point of Contact
Terryll Zade (847) 688-2600 ext 417 Terryll Zade, Contract Specialist (847) 688-2600 ext 417
 
E-Mail Address
Payton,
 
Small Business Set-Aside
Competitive 8(a)
 
Description
N40083-12-R-0005 P-860 NAVY OPERATIONAL SUPPORT CENTER, PITTSBURG, PA SOLICITATION/SNYOPSIS DOCUMENTS ARE AVAILABLE FOR DOWNLOADING Solicitation for P-860 Navy Operational Support Center, Pittsburgh, PA is now posted and will be posted on FedBizOpps (www.fbo.gov). This solicitation is being issued as a competitive 8(a) set-aside. This is a construction project for P-860 Navy Operational Support Center (NOSC) Pittsburgh, Pennsylvania. It is the intent and objective of the Government to obtain construction services including labor, material, transportation, equipment and supervision required to build this construction project that will consist of constructing a Naval Operational Support Center (NOSC) portion training facility approximately 29,999 sq ft at the Armed Forces Reserve Center, Pittsburgh, Pennsylvania. This project will construct a two-story building with exterior brick, steel frame, concrete foundation and pitched metal roof. Project includes spaces for administration, classroom, drill hall, exercise and fitness, medical examination, training aids, recruiting, storage, locker and shower rooms, janitorial and mechanical equipment. Site preparation includes site clearing, excavation and preparation for construction. Site improvements include a structural fill base for a new non-tactical vehicle parking area, retaining wall and a perimeter fence. Sustainable design principles will be included in the design and construction of the projects in accordance with Executive Order 13123 and other laws and Executive Orders. Facilities will meet LEED ratings and comply with Energy Policy Act of 2005. Low Impact Development will be included in the design and construction of this project. The NAICS Code for this proposed procurement is 238160 and the annual size standard is $14 million. The estimated cost of this potential contract is between $10,000,000.00 and $14,000,000.00 Offerors shall demonstrate the ability to have performed this work on previous projects. This solicitation will use source selection procedures in which the Government will evaluate proposals based on the following factors: 1) Past Performance and Relevant Experience 2) Management Approach 3) Schedule 4) Safety 5) Price The solicitation will result in one contract award. This contract will be evaluated based upon Best Value. The estimated total contract value for the base and options is between $10,000,000 and $14,000,000. A Bid bond will be required at time of proposal; 20% of the Bid Price or $3,000,000 whichever is less (FAR 52.228-1). Performance and payment bonds will be required upon contract award within 14 Calendar Days. 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. Participation in the pre-proposal conferences and site visit is mandatory and is the responsibility of the offeror and is not reimbursable by the Government. Liquidated Damages and Davis Bacon Wages will apply. There is a pre-registration for the Pre-Proposal Conference and Site Visit. You must register by December 19, 2011. You will find your instructions in Section 00100 and you will need to use the attachment. 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 proposal, please contact Ms. Terryll Zade by email: Terryll.zade@navy.mil or via phone (847) 688-2600 ext 417. Alternate contact is Chris Payton, e-mail is chris.payton@navy.mil or via phone (847) 688-2600 ext 171.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008312R0005/listing.html)
 
Place of Performance
Address: International Pittsburgh
Zip Code: 911 Airlift Wing
 
Record
SN02635609-W 20111210/111208233951-b11c8cf685eaf8d34efe65d001fa8ff3 (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.