Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2002 FBO #0308
SOLICITATION NOTICE

Y -- Charleston Financial Service Center - Building C

Notice Date
6/25/2002
 
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
N62467-00-R-0400
 
Response Due
8/9/2002
 
Point of Contact
John Jeffries, Contract Specialist, Phone 843-820-5748, Fax 843-820-5853,
 
E-Mail Address
jeffriesja@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. This project is being accomplished for the United States Department of State in Charleston, South Carolina, with the end user being the Bureau of Financial Management (FMP). The purpose of the project is to complete the worldwide consolidation of FMP in Charleston, SC. The construction schedule will be compressed and is critical in order to meet the Department of State consolidation timeline. FMP currently occupies Buildings A (646) and B (646A) at the former Naval Base Complex, Charleston, SC. This project includes the construction of Building C, a new 92,000 square foot Administration Building, and a new 1,500 square foot three-story connector structure between Building C and Building B. The existing Building C will be demolished under a separate contract. The new facility will be a three-story structure on a pile supported foundation and will include a cafeteria, fitness center, auditorium, and maintenance shop area. The office area is comprised of private offices and open office area. All furnishings, both freestanding and modular systems, are included in the contract. This contract also includes some minor renovation work in the existing Buildings A and B. The estimated cost of construction is more than $10,000,000. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the ?best value? to the Government, price and technical factors considered. Phase I: Proposers will be evaluated on FACTOR A: Past Performance which demonstrates experience and performance of the firm constructing projects that are similar in scope, size, and complexity to this project. FACTOR B: Small Business Subcontracting Effort; and FACTOR C: Technical Qualifications of key construction personnel which demonstrates their experience to perform work on projects that are similar in scope, size, and complexity to this project and their ability to coordinate and manage projects with a compressed construction schedule. The highest rated proposers, normally five (5) to seven (7) will advance to Phase II. The Government will then provide a design for the project and request the Phase II proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. The Government reserves the right to reject any or all proposals at any time prior to award, to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposer or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. During Phase II of the process, PROPOSERS ARE ADVISED THAT THE GOVERNMENT RESERVES THE RIGHT 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 they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 10 July 2002 with proposals due approximately 30 days thereafter. Phase II will be issued at a later date. Participants in Phase II will be notified via email. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Copies of a compact disk (CD ROM) of the plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-4040. Prospective Offerors MUST register on the website. The official plan holders list will be maintained and can be printed from the website. Amendments will be posted on the website for downloading. This will normally be the ONLY method of distributing Amendments. Therefore, it is the offeror's responsibility to check the website periodically for any Amendments to this solicitation. Offeror's are required to be registered in the Contractor's Central Registration (CCR) in order to receive an award from this procurement. The website for CCR is http://www.ccr.gov. For inquiries concerning the proposal due date or number of Amendments issued, contact Esther Brown at 843-820-5859. Technical inquiries must be submitted in writing fifteen (15) days before proposals are due to the address listed above, faxed to 843-818-6858, ATTN: Esther Brown, Code ACQ12EB, or sent by email: mailto:browner@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 233320, Commercial and Institutional Building Construction, with a size standard of $28.5 million. The anticipated date of the award of the contract is December 2002. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 04-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-00-R-0400/listing.html)
 
Place of Performance
Address: Charleston, SC
Country: United States
 
Record
SN00183198-F 20021006/021004223242 (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.