Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
MODIFICATION

Y -- Industry Forum - Multiple Barracks, Infrastructure and Demolition

Notice Date
5/5/2005
 
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-4204
 
Response Due
6/17/2005
 
Description
May 5, 2005 - SYNOPSIS: This solicitation is being issued on an unrestricted basis inviting full and open competition. This is a two-step design/build construction project, Request for Proposals, Number N40083-05-R-4204. It is the intent and objective of the Government to obtain services including labor, material, transportation, equipment and supervision required for the design and construction of the three barracks, infrastructure and demolition at the Recruit Training Command, Great Lakes, Illinois. This includes design/build services including labor, material, transportation, equipment and supervision required for the design and construction of two recruit barracks, a special recruits barracks, visitors center, gate 8 entry control facilities; infrastructure including voice, data, telephone, electrical, security and TV duct bank, steam loop system, potable loop system, fire protection water and sanitary sewer system, and demolition of existing facilities including but not limited to building structures, site utilities service disconnections, underground and overhead site utilities construction back to the main line, site vehicle and pedestrian pavement, site lighting, site signs, fencing, building and site furnishings, hazmat materials, contaminated soils and all other miscellaneous site improvements. When a future solicitation is issued, the RFP will provide the complete project program, site survey, utilities and geo-technical investigations, hazardous materials investigations, and performance specifications. The RFP will not include a floor plan or design solution. The estimated cost of the entire project is in the range of $170,000,000 to $190,000,000. The NAICS Code for this proposed procurement is 236220, Commercial and Institutional Building Construction and the annual size standard is NTE $28.5 Million. The project will be incrementally funded with approximately 50% of project funds available in Fiscal Year 2006; 45% of project funds available in Fiscal Year 2007; and the remaining 5% of project funds available in Fiscal Year 2008. The Funding Appropriation is subject to the President signing the MILCON Bills for Fiscal Years 2007 and 2008. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about May 20, 2005. Proposal due date is June 17, 2005, 2:00 p.m. Central Time. The solicitation is formatted as an RFP in accordance with the requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the Two-Phase Design-Build section procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors? proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. This solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Past Performance, Technical Qualifications, Small Business Sub-Contracting Effort, Management Approach, and Volume of work awarded to the firm by the Department of Defense during the last 12 months. Upon determination of the contractors advancing to Phase II, those offerors will receive an RFP containing current and future design specifications. Phase II will include the following evaluation factors: Past Performance/Technical Qualifications; Small Business Sub-Contracting Effort; Conceptual Facilities Design; Conceptual Infrastructure Design; Durability, Maintainability, Sustainability of Building Systems; Project Schedule and Phasing; Volume of work awarded to the firm by the Department of Defense during the last 12 months; and Price. The Means Cost Index adjusted for the Chicago area will be applied to each of the option prices. The index information will be applied at the time the option is exercised to reflect changes in the local economy. The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.esol.navfac.navy.mil. All prospective offerors and plan rooms MUST register themselves on the website. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet, if necessary. The official plan holders list will be created by registration and be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments, therefore it is the offerors? responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at www.ccr.gov Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contractors can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about Phase I proposal, please contact Katie Kuehn, 847-688-2600 extension 103, or email katie.kuehn@navy.mil.
 
Place of Performance
Address: Recruit Training Command, Great Lakes, Illinois,
Zip Code: 60088
Country: USA
 
Record
SN00801822-W 20050507/050505212220 (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.