MODIFICATION
Y -- Industry Forum to Discuss Drill Hall and Multiple Barracks, Infrastructure and Demolition
- Notice Date
- 4/29/2005
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
- ZIP Code
- 60088-5600
- Solicitation Number
- N40083-05-R-4005
- Response Due
- 5/20/2005
- Small Business Set-Aside
- 8a Competitive
- Description
- SYNOPSIS SOLICITATION NOTICE. THIS SOLICITATION IS SET-ASIDE FOR 8(a) FIRMS SERVICED BY THE SBA?S ILLINOIS DISTRICT OFFICE. This solicitation will be competed amongst eligible section 8(a) firms serviced by the SBA?s Illinois District Office, certified for participation in the 8(a) program. The NAICS Code for this proposed procurement is 236220 and the annual size standard is $28.5 Million. This is a two-step design/build construction project, Request for Proposal Number N40083-05-R-4005. The work includes preparing the design and performing the construction of an approximately 60,000 square foot Drill Hall facility, the Drill Hall administrative offices, and classroom at Camp John Paul Jones, Recruit Training Command, Great Lakes, Illinois. It is the intent and objective of the Government to obtain design/build services for the building, equipment and furnishings; site utilities include site lighting improvement; security system and connections to site utilities infrastructure connections to Naval Station Building 179 Security Control Room; site improvements including vehicle and pedestrian pavements, landscaping and site furnishings; and provide all maintenance for the facility for a period of five (5) years after the construction is completed. The maintenance includes the heating, ventilation, air conditioning, plumbing, fire protection, elevators, electrical and electrical lighting. In addition, the contractor will be required to respond to ?trouble? calls 24 hours a day/7 days a week and perform emergency repairs. The contract will contain up to four one-year fixed price options for all labor and materials. The estimated cost of this proposed solicitation is between $12,000,000 and $14,000,000. Phase 1 is the pre-qualification phase 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 1, offerors will be evaluated on the following factors: FACTOR A ? Past Performance and Relevant Project Experience including A1. Design Team, A2. Construction Team, and A3. Maintenance Team; FACTOR B ? Technical Qualifications including B1. Design Team, B2. Construction Team, and B3. Maintenance Team; and FACTOR C ? Management Approach including C1. Management Approach, C2. Design, Construction and Maintenance Quality Control, and C3. Safety and Experience Modifier Rate (EMR). The Phase II proposal 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 change); FACTOR B ? Technical Qualification (same as Phase I unless conditions change); FACTOR C ? Conceptual Facilities Design; FACTOR D ? Durability, Maintainability, Sustainability and Long-term Facility Maintenance of Building Systems; FACTOR E ? Project Schedule and Phasing; and Price. Firms submitting a technical and price proposals will not be compensated for documents. Phase II solicitation documents will be issued approximately 60 days after receipt of proposals for Phase I. Phase I will be available for viewing and downloading on or about May 20, 2005. The Government will award a contract after evaluation of Phase II proposal 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. In accordance with FAR Clause 52.236-1, Contractors will be required to perform at least 15% of the work with its own organization. All prospective offerors and plan rooms MUST register themselves on the NAVFAC website, www.esol.navfac.navy.mil. NOTE: The ?Official Planholders List? will be created by this registration and will be available from the web site only. Amendments will also be posted on the web site for downloading. This will be the normal method for distribution of amendments; therefore, it is the offeror?s responsibility to check the web site periodically for any amendment to this solicitation. Proposals 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 until the time of contract award. NOTE: Prospective contractors must be registered in the Central Contractor?s Registration (CCR) database prior to award of a DoD contract. Offerors are further advised that failure to register in the DoD CCR database may render your firm ineligible for award. Contractors not already registered in the CCR are highly encouraged. For more information, see the CCR website at www.ccr.gov or by calling 1-888-227-2423. For inquiries about Phase I proposal, please contact Judy Honold, 847-688-2600 x171 or email judy.honold@navy.mil.
- Place of Performance
- Address: Recruit Training Command, Camp John Paul Jones, Great Lakes, Illinois
- Zip Code: 60088-5600
- Country: USA
- Zip Code: 60088-5600
- Record
- SN00798423-W 20050501/050429212214 (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 |