Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

Y -- Water System Improvements, Naval Surface Warfare Center, Indian Head, Maryland

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-02-R-0115
 
Response Due
10/3/2003
 
Archive Date
10/18/2003
 
Point of Contact
Melissa Rivera, Contract Specialist, Phone 202-685-3155, - Brian Ellis, Contract Specialist, Phone 202-685-5069, Fax 202-433-6193,
 
E-Mail Address
riverame@efaches.navfac.navy.mil, ellisbr@efaches.navfac.navy.mil
 
Description
This procurement is unrestricted for a Design-Build Project being acquired through the use of the two-phase selection process. The procurement will be conducted using source selection procedures and the award will be based on the best value to the government considering price and non-priced factors, which are cited in this announcement and the solicitation. The Water System Improvements (Project Number-160) at the Naval Air Warfare Center, Indian Head, MD will construct and modernized the mission-critical industrial and potable water systems. The Water System Improvements project for Naval Surface Warfare Center, Indian Head, MD, will modernize the steam plant, Building 873, feed water treatment, cooling and storage system by constructing a reverse osmosis/continuous deionization industrial water treatment system, constructing a steam plant auxiliary equipment cooling tower system, renovating boiler feed water storage tanks, and installing pumps, piping, and related equipment to operate and maintain the modernized system. This project will also include construction of two replacement potable wells with chlorination systems, three elevated water storage tanks, and river water lines to provide a dedicated source of feed water to the steam plant. There will be an installation of an integrated information system to allow for remote monitoring and control of major modernized system components. Demolition will include 27 buildings, 6 wells, 5 elevated water storage tanks, the steam plant spray cooling pond, and site restoration. Demolition reflects more than 150% of the project scope area in relationship to the area of new construction. The demolition will involve the removal and disposal of material containing Asbestos and Lead paint. Therefore, it is also a project requirement to provide a hazardous material survey and report identifying the type and quantity of hazardous material to be removed. The project includes the relocation of existing antennas and site drainage and pavement improvements. Technical operating manuals shall accompany all primary system components. The project will develop a Geographic Information System. AT/FP measures shall include but are not limited to controlled access fencing and Intrusion Detection Systems for all wells; water storage tanks and pump houses. The design/build budget at this time is approximately $12,798,000.00. Phase I of this acquisition will evaluate offerors considering Past Performance and the following factors: Technical Factor 1 Relevant Construction Experience, Technical Factor 2 – Design/Build Team Capabilites, Technical Factor 3 – Working Relationships Between The A-E And The Contractor - Technical Factor 4- Bonding Capability/Corporate Resources, and Technical Factor 5 – Safety. Potential offerors are notified that the Government expects no greater than five offerors will be invited to participate in Phase II and anticipates a sufficient number of competitors to be three. Offerors invited to participate in Phase II of this acquisition process will be evaluated on Price and the following additional factors: Technical Factor 6 – Project Schedule, and Technical Factor 7 – Small Business Subcontracting Effort and Price. The detailed description of this criteria and submission requirements will be included in the solicitation issued under Phase II. Offerors are advised that the combined Technical Factors are considered equal in importance to Price and Past Performance in the selection of the Best Value offeror. All technical factors in Phase I and Phase II are considered equal in importance to each other. Each offeror will receive an evaluation rating for their response to the Phase I criteria. A final evaluation rating will be assigned to each offeror invited to participate in Phase II, at the conclusion of the Phase II evaluation that will take into consideration the rating assigned under Phase I. Offerors proposing as a joint venture shall ensure that complete information required for evaluation is provided for both entities in the partnership. Interested offerors shall submit responses to Phase I based on the following: Technical Factor 1 - Relevant Construction Experience: Offerors shall provide a maximum of five projects constructed within the last 7 years that demonstrate relevant experience consisting of the following elements: (1)Offerors should provide a brief description of the work performed for each contract referenced and explain how it is similar in scope, size, function and complexity to the subject project. For each project the offeror shall provide the following information: - Project Title - Contract Number & Type (i.e., fixed price, cost) - Customer - Identify the A/E of record - Original Award Amount - Final Amount - Award Date - Original Completion Date - Final Completion Date Offerors demonstrating projects consisting of a greater number of the above criteria may receive a more favorable rating for this factor.; Technical Factor 2 – Design/Build Team Capabilities: Design- The offeror shall identify the designer for this project and submit Forms 254 and 255 for their design partner for evaluation. The offeror shall identify the designer’s key positions that will be dedicated to this project. The Government will determine whether the designer possesses adequate expertise on projects similar in size, scope, complexity and dollar value to that which is required by this RFP. Construction- Key positions include the project manager, superintendent, quality control manager and safety manager. The Government recognizes that the offeror may not have individuals assigned to this project by the submission date of proposals and therefore seeks to understand the degree of experience the offeror requires of individuals fulfilling these key positions not necessarily the names for positions identified.; Technical Factor 3 – Working Relationships Between The A-E And The Contractor: In relation to this project, describe the A-E’s involvement in the construction phase and the Contractor’s involvement during the design phase. Describe how the design-build team will function as a whole and what benefits the proposed team will bring to the success of this project. Also, describe how Quality Control will be integrated into your proposed teaming approach. Offers that provide a seamless, cohesive team, both during the design and construction phases of work, will receive a higher rating.; Technical Factor 4 - Bonding Capability/Corporate Resources: The offeror shall provide information on bonding capabilities to include single project limit, available capacity and the surety’s name and point of contact (telephone number; e-mail address) or corporate resources (i.e. lines of credit) to show ability to finance a project of this magnitude.; Technical Factor 5 – Safety: The offeror shall provide the following information: (1)Submit insurance company Experience Modification Rate (EMR) for previous five years. (2) Occupational Safety and Health Act (OSHA) Lost Work Day Incident Rate for the past five years. (3)Occupational Safety and Health Act (OSHA) Recordable Incident Rate for the past five years. (4)Submit Federal, State, and Municipal OSHA citations for the past five years. Offerors demonstrating a consistent record of good safety will receive a more favorable rating for this factor. The number of incidents alone will not determine the rating. Severity will be evaluated.; PAST PERFORMANCE- Past Performance information is one indicator of an offeror’s ability to perform this contract successfully. The currency and relevancy of the information, source of information, context of data, and general trends in contractor’s performance shall be taken into consideration. The assessment of the offeror’s past performance will be used as a means of evaluating the relative capability of the offeror to the other competitors and establish a level of confidence or risk for successful performance under this contract. Past Performance findings will influence the relative standing of the offeror. Findings will be used to validate proposals against established evaluation criteria. The offeror shall provide a point of contact and phone number for the individual most knowledgeable about contract performance for projects identified under Factor 1. Offerors may provide information on problems encountered on the identified contracts and corrective actions taken. In investigating the offerors’s past performance, the Government is not limited to the references submitted but may rely on other sources as well. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services as fair and reasonable pricing. The Government will evaluate the offeror’s record of conforming to specifications and standards of good workmanship, and will evaluate the offeror’s record on cost control/change orders and adherence to contract schedules. Subcontractor management, safety management and other quality control programs will also be reviewed. The Government will examine the offeror’s record for reasonable and cooperative behavior and commitment to customer satisfaction, and in general, the offeror’s business-like concern for the interest of the customer. Offerors will be given an opportunity to address unfavorable reports of past performance, and the offeror’s response will be taken into consideration. Past Performance questionnaires shall be obtained by the offeror through the NAVFAC E-Solicitation Web (e-sol website) at http://esol.navfac.navy.mil. Only the past performance questionnaire shall be provided for Phase I. There will be no solicitation provided for this Phase. In response to Past Performance the offeror is requested to submit five past performance surveys (Past Performance surveys shall be sent to the offerors references and shall be sent back to the offeror in a sealed envelope and signed across the seal and submitted with the other Phase I information). Additionally, a review of ACASS/CCASS will be performed and evaluated for offerors with past Government experience. Responses to Phase I shall be submitted in an original and eight copies and are due at the office of Engineering Field Activity Chesapeake, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, DC 20374. Submission must be delivered to the mailroom on the first floor, date stamped and placed in the bid box. Submissions are due by 10:00 am EST on Friday, October 3, 2003. Notification of the Governments’ decision of whether an offeror is or is not invited to participate in Phase II 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, invited to attend a pre-proposal conference/site visit and will submit proposals responding to the criteria set forth in the solicitation. The Government reserves the right, and the solicitation may require, oral presentation by each offeror under Phase II of this acquisition process. It is anticipated that award of a contract will occur in December 2003. All attachments to be filled out and submitted under Phase I can be obtained through the NAVFAC E-Solicitation Web (e-sol website) at http://esol.navfac.navy.mil Please direct any questions regarding this announcement to Melissa Rivera, Contract Specialist, phone (202) 685-3155 (e-mail riverame@EFACHES.NAVFAC.NAVY.MIL)
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62477/N62477-02-R-0115/listing.html)
 
Place of Performance
Address: Engineering Feild Activity Chesapeake 1314 Harwood Street, Building 212 Washington Navy Yard
Zip Code: 20374-5018
Country: United States
 
Record
SN00424428-F 20030905/030903213911 (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.