Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

Z -- REGION IV 8(a), COMPETITVE CONSTRUCTION CONTRACT; WAREHOUSE ELECTRICAL UPGRADES; ALBANY, GA

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0311
 
Response Due
7/18/2002
 
Archive Date
8/2/2002
 
Point of Contact
Robin Rourk, Contract Specialist, Phone 843-820-5957, Fax 843-818-6853, - J. McCracken, Acquisition Intern, Phone 843-820-5933, Fax 843-820-5853,
 
E-Mail Address
rourkrb@efdsouth.navfac.navy.mil, mccrackenjs@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
DESCRIPTION OF WORK: This project is a DESIGN/BUILD project for Warehouse Electrical Upgrade and Lighting Replacement, at MCLB Albany, GA. Work is to include but not limited to the following: demolishing existing lighting and replace with metal halide fixtures, replace existing electrical panel boards, wiring and receptacles, service feeders, and to provide a sustainable design. The project shall be designed and constructed using Sustainable Design Principles and an integrated team approach to provide a facility that (A) optimizes energy efficiency; (B) promotes occupant productivity; (C) utilizes construction techniques and materials that promote resource conservation. These principles are further explained in the Navys WHOLE BUILDING DESIGN GUIDE located at http://www.uscost.net/WBMG Estimated cost range for this project is between $1,000,000 and $5,000,000. Note: The Government shall set-aside and restricts competition for this procurement to 8(a) firms in SBA Region IV (Tennessee, Alabama, Florida, North Carolina, Georgia, Mississippi, Kentucky, and South Carolina); and 8(a) firms that have a bona fide place of business location in Region IV. POC Contract Specialist: Robin Rourk; Code ACQ12RR. Contracting Officer: WJ Anonie, code ACQ12. The Government intends to award a DESIGN/BUILD Firm-Fixed Price Construction Contract to the responsible offeror submitting the proposal considered in the best interest of the Government using the Best Value continuum process and tradeoff process in a negotiated acquisition. The Government will evaluate proposals using source selection procedures with the intent to award a firm-fixed price contract to the responsible offeror whose proposal, conforms to the solicitation, as the "Best Value" to the Government, price and technical factors considered. The Government requires contractors to submit a price and technical proposal. Each proposal shall contain the offeror's best technical proposal and best price. Award will be made to the offeror whose technical and price proposal offers the best overall value to the Government, without discussion of such offers. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. The evaluation factors and significant sub-factors are as follows, and all are of equal significance: Factor A-Past Performance; Sub-Factor 1-Design Team Sub-Factor 2-Construction Team Factor B-Technical Qualifications Sub-Factor 1-Design Team Qualifications Sub-Factor 2-Construction Team Qualifications Factor C-Management Approach Factor D-Technical Solutions. This work is located at MCLB Albany, GA. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. RFP ISSUE DATE: The Government intends to issue the Request for Proposals on or about 18 June 2002. Proposals will be due around 18 July 2002. The exact date will be stipulated in the RFP. NOTE: Since the Government intends to issue the solicitation through the use of the Internet, offerors must register on the Internet at http://www.esol.navfac.navy.mil Prospective offerors may access the entire solicitation postings, including the plans and specs, on the Internet for viewing and downloading through the above referenced link, although the download time may be excessive. The official plan holders list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about the date of receipt of proposals or the number of amendments, contact Robin Rourk, Contract Specialist at (843) 820-5957. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to (843) 820-5853, Attn: Robin Rourk, Contract Specialist, Code ACQ12RR; or email to rourkrb@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 235310. The Size Standard is $12,000,000.
 
Place of Performance
Address: MCLB, ALBANY, GA
Zip Code: 31704-3119
Country: USA
 
Record
SN00084785-W 20020531/020529213327 (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.