Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
MODIFICATION

Y -- REPLACE VEHICLE MAINTENANCE/ASE FACILITY , NAS-JRB NEW ORLEANS, LA

Notice Date
2/11/2004
 
Notice Type
Modification
 
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
N62467-04-R-0085
 
Response Due
3/2/2004
 
Archive Date
3/17/2004
 
Point of Contact
Janet Eadie, Contract Specialist, Phone 843-820-5618, Fax 843-818-6882, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
janet.eadie@navy.mil, shirley.shumer@navy.mil
 
Description
CORRECTION OF PHASE I CLOSING DATE-THE PHASE I PROPOSAL DUE DATE HAS BEEN CHANGED TO 02 MAR 2004 vs 10 MAR 2004. THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The project involves design and construction of a vehicle maintenance and aircraft support equipment, ASE, facility to support assigned aircraft. These facilities shall contain shops for vehicle and aircraft support equipment maintenance, storage for supplies and equipment, administrative areas, covered storage for aircraft support equipment and operational vehicles, and parking for government vehicles. Total square footage is approximately 27,000 SF. Proposed construction may consist of pile foundations, concrete floor slabs, structural frames, masonry walls, metal stud walls with gypsum drywall, and standing metal seam roofs. Supporting facilities include exterior utilities, pavements, fire protection, site work, and communications support. Some demolition work of existing buildings containing asbestos and lead based paint. The total estimated value of this acquisition is between $4,500,000 and $5,500,000. The design and construction requires completion in approximately 425 days. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design-build 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 of the procurement process is a narrowing phase to a maximum of five offerors, design-build firms or teams, based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Technical Qualifications, and Management Approach. Only those Offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the project. Price proposals will include total evaluated price, such as, base proposal, options, and evaluation of scope-design options within the Governments published budget for award. The Phase II Technical Factors include Past Performance, Small Business Subcontracting Effort, Technical Qualifications of Key Personnel and Technical Solution. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated proposal; and award to the offeror submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE 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. The Government intends to issue the Phase I Request for Proposals, RFP, electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil on or about 09 February 2004. Offerors must register on the Internet at http://esol.navfac.navy.mil. In Phase II, RFP will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST also be registered in the Contractors Central Registration, CCR, in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at 843-820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to 843-820-5853, Attn: Janet Eadie, Code ACQ11JE; or e-mailed to janet.eadie@navy.mil. RESULTS OF PROPOSALS WILL NOT BE AVAILABLE. The NAICS Code is 236220 Commerical and Institutional Building Construction. The Small Business Size Standard is $28,500,000.00.
 
Place of Performance
Address: NAVAL AIR STATION-JOINT RESERVE BASE, NEW ORLEANS, LOUISIANA
 
Record
SN00520705-W 20040213/040211212757 (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.