Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2002 FBO #0122
MODIFICATION

Y -- DESIGN-BUILD TWO-PHASE FOR BACHELOR ENLISTED QUARTERS (P-002), MARINE CORPS SUPPORT ACTIVITY, KANSAS CITY, MISSOURI

Notice Date
4/1/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-01-R-0016
 
Response Due
5/10/2002
 
Point of Contact
Lolita Batis-McCoy, Contract Specialist, Phone 847-688-2600x122, Fax 847-688-6567,
 
E-Mail Address
batisll@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Reference is made to NAVFAC-Esol synopsis notice dated 02/05/2002 and FedBizOpps notice on 02/06/2002 for the subject project. Phase I is hereby concluded and the following offerors have been selected to proceed to Phase II. PROPOSALS WILL ONLY BE ACCEPTED FROM THESE OFFERORS: (1) Midwest Paving/Miller-Stauch Construction, A JV, 4915 South 66th Plaza, Omaha, NE 68117, POC: Mr. Randy Dean, Partner, telephone 402-537-3077 or FAX# 402-537-3090; (2) Pangea Construction Group/Wight & Company, 743 Spirit 40 Park Drive, Suite 232, St. Louis, MO 63005, POC: Robert Hemmer, General Mgr., telephone 618-622-0276 or 636-519-4877 or FAX# 636-519-4876; (3) USA Environmental Group, Inc./C Construction/Applegate Architects, JV, 315 Yorktown Street, Dallas, Texas 75208, POC: Mr. Hasan Rabah, President, telephone 214-752-8424 or FAX# 214-752-8414; (4) Far East Construction/Atkins Benham, a Joint Venture, 9400 North Broadway, Oklahoma City, OK 73114-7401,POC: Mr. Frank R. Codispoti or Mr. Wally Hunt, telephone 405-478-5353 or FAX# 405-478-5660; and (5) MYS Development/Joseph J. Henderson, JV & C.H. Guernsey & Company, 209 S. Main Street, Suite 200, Mt. Prospect, IL 60056, POC: Ms. Neli Vazquez-Rowland, President, telephone 847-590-1898 or FAX# 847-590-5485. If you are a contractor, subcontractor, supplier or manufacturer, please contact the POCs listed for each company in order to offer any business opportunities. The Phase II RFP is hereby issued 03/29/2002; Phase II proposals due date is scheduled for 2:00 p.m., Central Time, 05/10/2002. The pre-proposal conference/site walk will be held on April 16, 2002 at 9:00 a.m. at 15790 Elmwood Avenue, Building 248, Kansas City, Missouri. Phase II proposals will be evaluated on the Offerors? revised technical proposal and a price proposal. Technical and price factors will be considered equally important. The technical factors are as follows: (A) Past Performance & Relevant Project Experience/Technical Qualifications for Key Personnel (same as Phase I unless conditions change), (B) Design Solution Narratives, (C) Conceptual Site Plan and Building Design, (D) Phasing Plan/Schedule & durability/ maintainability/quality of materials. The estimated construction budgeted cost is in the range between $7.2-$8.1 million. General Description: It is the intent and objective of the Government is to obtain services including all labor, material, transportation, equipment and supervision required for the design and construction of a new 4,181 SM Bachelor Enlisted Quarters (BEQ) for 98 two-person rooms. The construction shall consist of a multi- story steel frame building, split-faced concrete block, concrete foundation and structural floor, standing seam metal roof, sleeping rooms (2+0 configuration, Marine Corps version) with one bathroom and two bulk storage closets. The project shall include a laundry, dayrooms, storage, service and support areas, fire protection system, elevator, utilities, mechanical HVAC with Direct Digital Controls (DDC), site improvements and OMSI manuals. The facility will have interior hallways and will be constructed to Seismic Zone 2A standards. The first floor interior hallway will be structurally reinforced to serve as a tornado shelter. Comprehensive Interior Design (CID) will be required for this project. A contract modification will be issued at a later date for the procurement and installation of all furnishings including office furnishings, office wall systems, all room furnishings, all common areas furnishings, artwork, and items of equipment required to operate and maintain the facility. See the CID Specification and NEEDS sections in Part 5, Sections C30 and E20 of the RFP. Additionally requirements are also covered in Part 6, Project Programming, Sections C30 and E20. Demolition of an existing BEQ, Building 252, is required prior to construction of the new BEQ on the existing site. Building 252 has tested positive for both lead and asbestos. See the test report in Part 6 of the RFP. Site Improvements include but are not limited to parking, paving, curbs and gutters, landscaping, sidewalks, fencing, volleyball court, and relocation of a tennis court. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The Government will award a contract after evaluation of PHASE II proposals to the responsive and responsible OFFEROR and determined by the Government to be the "BEST VALUE" to the Government, price and technical factors considered equally. Offers WILL NOT be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers WILL NOT be disclosed to anyone until time of contract award. ****************************************************************** PHASE I: The solicitation will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by the Federal Acquisition Regulations (FAR) Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 15.3, SOUCE SELECTION and FAR 36.3, TWO-PHASE DESIGN-BUILD SELECTION PROCEDURES. This solicitation will consist of two (2) phases. The Phase I Pre-Qualification solicitation package will be available on or about 01/16/2002 and will be available for viewing and downloading from the NAVFAC internet web site at: http://www.esol.navfac.navy.mil or at the FedBizOpps (Federal Business Opportunities) internet web site: http://www.eps.gov/spg/USN/NAVFAC/index.htm (under the location listed for the Engineering Field Activity, Midwest, Great Lakes, IL). As of 1/1/2002, the Commerce Business Daily will no longer be the official Government media and will be available at the FedBizOpps internet web site. Offers WILL NOT be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers WILL NOT be disclosed to anyone until time of contract award. Phase I is the pre-qualification and technical submittal and will be evaluated to determine which offerors will advance to Phase II. Only those firms pre-qualified in Phase I will participate and advance to Phase II technical solutions and price. For Phase I, the offerors will be evaluated on the following factors: FACTOR A?Past Performance and Relevant Project Experience includes A1. Design Team Experience, A2. Construction Team Experience; FACTOR B?Technical Qualifications includes B1. Design Team Qualifications, B2. Construction Team Qualifications, and FACTOR C?Technical Requirements includes C1. Management Approach, C2. Construction Quality Control and C.3 Safety and Experience Modifier Rate (EMR). NOTE: FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR DOCUMENTS. Phase II solicitation documents will be issued approximately 30 days after receipt of proposals for Phase I. The Government will award a contract after evaluation of Phase II proposals resulting from this solicitation to the responsive and responsible offeror and determined by the Government to be the "BEST VALUE" to the Government, price and technical factors considered equally. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Therefore, proposals should be submitted initially on the most favorable terms.--A Pre-Proposal Conference will be scheduled and indicated in the Phase II RFP. The Phase II proposals will be evaluated on the offerors technical proposal and price proposal and will be considered equally important. The technical factors may include, but are not limited to, the following: FACTOR A--Past Performance and Relevant Project Experience (same as Phase I unless conditions have changed); FACTOR B? Technical Qualification for Key Personnel; FACTOR C--Design Solution Narratives; FACTOR D--Conceptual Site plan and Building Design; FACTOR E--Phasing Plan/Schedule & Durability/Maintainability/Quality of materials. In accordance with FAR Clause 52.236-1, Contractors will be required to perform at least 15% of the work with its own organization. The estimated cost range is between $5,000,000-$10,000,000. All prospective offerors and plan rooms MUST register themselves on the NAVFAC internet web site. The NAVFAC internet web site address is: http://esol.navfac.navy.mil. Note: The OFFICIAL PLANHOLDERS LIST will be created by this registration and will be available from the web site ONLY. The download time may be timely from time to time, however, all contractors are encouraged to attempt download prior to obtaining the solicitation package through alternate sources. Many firms and commercial printing services have the capability to print the RFP solicitation package and plan holders list off the Internet, if necessary. Amendments will also be posted on the web site for downloading. This will normally be the method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For any inquiries, please contact Mrs. Lolita L. Batis-McCoy, Contract Specialist, at 847-688-2600 X122 or FAX to 847-688-6567 or email to batisll@efdsouth.navfac.navy.mil. IMPORTANT NOTICE: Effective 5/31/1998, all contractors submitting bids, proposals or quotes on DOD 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. This information will facilitate the Government?s transition to Electronic Commerce and electronic fund transfers for payment. To make registration simple, the DOD has implemented the capability to register in the CCR through the World Wide Web. The CCR website can be accessed through any DOD certified value added network or http://www.ccr2000.com. Reference is made to the RFP DFARS Clause 252.204-7004, Required Central Contractor Registration (MAR 2000) in Section 00100, Instructions, Conditions, and Notices to Offerors. You are encouraged to registered as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
 
Place of Performance
Address: Marine Corps Support Activity, Kansas City, Missouri
Country: USA
 
Record
SN00051715-W 20020403/020401213302 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.