Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

Y -- BACHELOR ENLISTED QUARTERS, BAND SUPPORT FACILITY, PARKING STRUCTURE AND INFRASTRUCTURE IMPROVEMENTS

Notice Date
January 30, 2001
Contracting Office
EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-99-R-0077
Response Due
March 7, 2001
Point of Contact
Sandra K. Hughes, Contract Specialist, (202) 685-8212
E-Mail Address
Click here to contact the Contract Specialist via (hughessS@efaches.navfac.navy.mil)
Description
DESC: This procurement is unrestricted. The North American Industry Classification Industry Classification System (NAICS) is 233320 and the size standard is $17.0 million. This Design/Build Project will be acquired through the use of a Two Phase Selection process. The procurement will be conducted using source selection procedures. Award will be based on best value to the government considering price and non-priced factors, which will be sited in the solicitation. The 8th & I Marine Barracks Annex will be a 166-room, multi-level BEQ and Band Support Facility with an adjacent parking garage. The BEQ will include recreation, exchange and physical fitness amenities. The Band Support Facility will consist of a state of the art rehearsal/recording area, administrative spaces, and band equipment storage areas. The rehearsal/recording area will require a sophisticated acoustical treatment specifically designed for music performance. Other work includes site security, a personnel recreation facility, and infrastructure expansion to meet new personnel loading and operational needs, including expansion and renovation of the current dining area. Site improvements include a recreational facility, recreation fields (dual purpose softball/football/soccer), storm water management, landscaping, parking, sidewalks, fencing, etc. In addition, familiarity with Sustainable Design through an integrated design approach is required. Also, comprehensive interior design services are required to include selection of finish materials and furnishings (furniture, art, washers/dryers, etc.) The Marine Corps may consider a long-term maintenance contract for the constructed facility. Phase I responses shall include written information submitted in three ring binders and formatted as follows: PAST PERFORMANCE 1. Past performance of both the construction contractor and the designer shall be evaluated. As past performance is the single most reliable predictor of future performance the Government shall evaluate the quality of each offeror's past performance. This assessment will include: the offeror's record of conforming to statements of work or specifications and standards of good workmanship; administrative and subcontractor management aspects of performance; the offeror's control of costs including costs incurred for changed work; and the offeror's reputation for reasonable and cooperative behavior and overall concerns for the client. This assessment will be utilized as follows: a) The assessment of the offeror's past performance will be used as one means of evaluating the credibility of the offeror's technical/management proposal. A record of less than satisfactory performance may be an indication that the promises made by the offeror are less than reliable. b) The assessment of the offeror's past performance will be used as one means of evaluating the relative capability of the offeror and other competitors, therefore an offeror with an excellent record of past performance may be given a more favorable evaluation than another whose record is only satisfactory, even thought both may have an acceptable technical/management proposal. c) An offeror proposing as a joint venture may receive a neutral rating for past performance if a history of performance as a joint venture is not provided. Risk for performance may be elevated if an offeror lacks past performance with the proposed design agent. Past performance will be evaluated using the information required and provided under Factor 1-Design/Build Experience. The government will also draw from available CCAS and ACAS database reports and will consider other information obtained from other sources. The evaluation of past performance is a subjective assessment based on a consideration of all relevant facts and circumstances. The government will seek to determine whether the offerors have consistently demonstrated a commitment to customer satisfaction and timely delivery of quality goods and services at fair and reasonable prices. This is a matter of judgment. Offerors will be given an opportunity to address unfavorable past performance information if the information is the determining factor in their non-selection for Phase II submission or being placed within the competitive range. The offeror's response, or lack thereof, will be taken into consideration. TECHNICAL/MANAGEMENT FACTOR 1-DESIGN/BUILD EXPERIENCE. For the design/build team, the offerors shall provide: (a) the name, address, point of contact and phone number for each entity and (b) the business relationship of the team (prime/subcontractor, joint venture, etc.) The offerors shall provide a maximum of 5 projects designed and/or constructed within the last 5 years. The projects submitted shall consist of projects that are (1) similar in size to that proposed, (2) similar to the construction type proposed, and (3) that demonstrate past design/build experience with the proposed team. The project experience submitted shall include: (a) Contract number, title, location (b) Name, telephone and facsimile numbers of the point of contact most familiar with the day-to-day performance of the work. (c) Contract type (fixed price, cost plus, GMP), (d) Original award amount and final contract value (e) Original completion date and final completion date. The offerors shall provide most recent SF254 and SF255 for the design agent demonstrating their experience in designs similar in size and scope. Offerors shall provide past projects of the design/build team that exemplify Sustainable Design practices and demonstrate experience with National Capitol Planning Commission/Commission of Fine Arts (NCPC/CFA). Offerors with experience in the acoustical design of music performance spaces, theaters, and/or recording studios will receive a more favorable evaluation rating. TECHNICAL/MANAGEMENT FACTOR 2-PROJECT TEAM AND CAPABILITES. The offerors shall provide the resumes of the proposed key design and construction individuals. At a minimum: Provide the resume for the project manager, superintendent, Quality Control manager, safety manager and each key design individual assigned to this project which should indicate the qualifications and degree of experience. Offerors should indicate whether any of these individuals were assigned to any projects referenced under Technical/Management Factor 1. Offerors should indicate a positive commitment to the availability of these key individuals for participation on this project. Provide an 8" x 11" organizational chart, which clearly shows lines of authority and dedication for both the design and construction phases of this project. The offerors shall provide information on bonding capabilities to include single project limit, available capacity and the surety's name, point of contact and phone number (e-mail address if available). Following the evaluation of Phase I submissions, the Contracting Officer may determine the number of offers that might otherwise be included in the competition exceeds the number by which an efficient competition can be conducted. Potential offerors are hereby notified that the Government expects no greater than a maximum number of five offerors will be invited to participate in Phase II and anticipates a sufficient number of competitors to be three. RESPONSES TO PHASE I SHALL BE SUBMITTED IN AN ORIGINAL AND FIVE COPES, AND ARE DUE AT THE OFFICE OF THE ENGINEERING FIELD ACTIVITY CHESAPEAKE, 1314 HARWOOD STREET SE (BUILDING 212, THIRD FLOOR, CONTRACTS DEPT). SUBMISSIONS MUST BE DATE STAMPED AND RECEIVED BY 10:00a.m. On March 7, 2001. Phase II of the source selection process will be conducted with only those offerors considered most highly qualified following the Phase I evaluations. Notification of this decision will be promptly provided to all firms submitting a response to this announcement. Those firms selected to participate in Phase II will be provided the solicitation package, attend a pre-proposal conference and submit proposals responding to Phase II Factors. The Government reserves the right, and the solicitation may require, oral presentations of Phase II responses. Offerors competing under Phase II shall be required to submit a written technical proposal that addresses factors that may include: (1) Design solution-containing basis of design report and specific plans, (2) Sustainable design features, (3) Project schedule, and (4) Small and small disadvantaged subcontracting efforts. Per the debt Collection Improvement act of 1996, the Defense Federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR make an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website at www.ccr2000.com or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their proposal. In accordance with FAR 5.102(a)(7), the solicitation when issued under Phase II will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil (website). Hard copies (paper sets) or CD-ROM of solicitation will not be provided by the Government. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format. The free Acrobat Reader, required to view the PDF Files, can be downloaded from the website. In addition, the official plan holders list will be available for download at the website. Notification of any changes (amendments) to this solicitation will be made only on the Internet it will be the contractor's responsibility to check the website for any posted changes. For contractors who need assistance in dong business electronically, a website has been developed at www.acq.osd.mil/ec/. To locate a Resource Center for your assistance, just click on "Resource Centers" Questions concerning the subject notice are to be directed to Sandra Hughes, Contract Specialist, at (202) 685-8212, Fax (202) 433-6900, e-mail address HughesS@efaches.navfac.navy.mil.
Web Link
Copy of Solicitation will be available after Phase (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20010201/YSOL001.HTM (W-030 SN50C1T5)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com