SOURCES SOUGHT
Z -- Two Phase Design/Build Construction Contract for Community Support Facilities, Naval Air Station Whiting Field, FL
- Notice Date
- 6/10/2005
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- N62467-05-R-0136
- Response Due
- 6/20/2005
- Archive Date
- 7/5/2005
- Description
- The proposed solicitation, N62467-05-R-0136 will result in the award of a Firm-Fixed price Construction Contract. All interested 8(a), HUBZone, and Small Business Service Disabled Veterans (SBSDV) concerns should notify this office, via email of their intention to submit a proposal on the proposed contract as a Prime contractor no later than 20 June 2005. NOTE: 8(a), HUBZone and Small Business Service Disabled Veteran firms must submitted the following information not later than 12:00 PM (EDT) 20 June 2005: (1) the name, address, and small business size status of the firm; (2) past performance references to include project title, point of contact, telephone number, total contract price, award date and completion dates, along with a copy of their construction evaluation; (3) Evidence of experience in the design and construction of projects that are similar in size and nature (construction costs between $15,000,000 and $20,000,000) within the last three (3) years. Should indicate experience working with proposed design firms as a team. NOTE: You must include it in your submittal, interim evaluations on any on-going projects, or an evaluation on completed projects that are similar in size and scope of the general building type projects listed in this synopsis; and (4) Proof of bonding, bid, performance and payment bond capacity and capability of obtaining a bond for a project with a range between $14,000,000 and $17,000,000. If adequate interest or qualified firms are not received by 20 June 2005 @ 12:00 PM (EDT), the requirement will continue to be advertised on an "Unrestricted" basis. If adequate interest and capabilities are received from the above referenced concerns, it will be the Contracting Officer's determination as to how this procurement will be set-aside in accordance with SBA Procedural Notice, Control No. 8000-553 dated 10/10-2001. If there is not adequate interest from these firms, the Government will advertise and solicit on and Unrestricted Basis. The Request for Proposal (RFP) will be identified as N62467-05-R-0136. The following information is provided to assist in your decision: The Design-Build Construction Contract consist of: Construction of a building addition, renovate/convert four existing facilities, and demolish eight existing facilities to combine related services into a Community Support Facility, right sizing spaces for tenants and result in an overall net square foot reduction. B1417 - Repair/Conversion/Addition -Construct an addition to provide an integrated indoor fitness facility including basketball/volleyball court, racquetball/handball court, aerobic room, fitness room, men and women?s locker area, and family locker area. Repair hurricane damage to accommodate existing tenants including religious ministry facilities, gymnasium, library, Navy College Offices, and provide space for new tenants including photo lab, Pen Air Credit Union, S.I.T.E program, classrooms, a multi-purpose assembly area with kitchen and various administrative functions. The project includes repair of roof, remediation of mold, seismic upgrades, new electrical system, new HVAC system, new fire sprinkler and alarm system, mass notification system, and new communication system. B2943 ? Conversion Convert the 1st floor spaces for Starbase Atlantis and Sea Cadet Program and renovate the second floor of inadequate BQ space to 2+2 room configuration. Provide new interior partitions and finishes, reconfigure the existing HVAC system, the plumbing system, the existing electrical and communication system and provide new fire sprinkler and fire alarm system and mass notification system. B2980 - Conversion Convert Theater sloped floor to a flat floor and modify the storefront area to reduce potential for storm damage. Theater will be converted for use as a multi-purpose gathering space/shelter. B1416 ? Repair-Provide adequate space for Public Works personnel. The work will include modification of interior spaces, reconfiguring existing HVAC, electrical, communication and fire alarm systems. Existing parking areas will be modified and new parking areas constructed to comply with force protection requirements and provide adequate parking near the facilities. All work will incorporate sustainable design principles as required by NAVFAC Instruction 9830.1 and comply with force protection requirements as directed by the DoD Minimum Antiterrorism Standards for Buildings. Summary: Demolition: B19 (720m2), B1400 (76m2), B1418 (1124m2), B1464 (1151m2), B1465 (990m2), B1459 (328m2), B3002 (250m2) and B2960 (116m2). Total = 4,755m2;Renovated/converted:Building1417, B2943, B2980 and B1416 Total = 7,740m2; Addition to B1417: Physical Fitness Facility Addition Space = 2,601m2; Net Footprint Reduction = 2,150m2. The work will be at the following primary locations: Naval Air Station Whiting Field, Florida. Proposers will be evaluated using the Two-Phase Design-Build, Request for Proposal (RFP) procedure that will result in a award based on Best Value to the Government, cost or price or other factors considered. Participation in a Pre-Proposal Conference/Site Visit for this RFP is the responsibility of the offeror and not directly reimbursable by the Government. The Project also requires incorporation of sustainable features. Multiple design teams may be proposed to satisfy a variety of building types projected to be awarded with this contract. All professional disciplines shall be registered and/or certified in their discipline. In those states requiring specialized knowledge of local permitting or regulatory agency requirements, the professional discipline shall be registered or certified in that state. Phase I of the procurement process is a narrowing phase of 3 to 5 proposers (design-build teams) based on design-build factors that include: Past Performance, Technical Qualifications (including proposed subcontractors), Management Approach and Small Business subcontracting effort. Only those proposers selected in Phase I will be allowed to proceed into Phase II. In Phase II, the successful 3 to 5 proposers from Phase I, must submit technical and price proposals. Offerors who fail to submit technical and price proposals will not be considered for an award. The Phase II technical proposal will require preparation of a limited design solution; Small Business Subcontracting Effort; and other factors that define the quality of construction. Cost and Price proposal may include total cost or evaluation of scope/design options with the Government?s published budget for award. The offeror with the best value proposal, for this project, Due to funding constraints, authorization to advertise this project is not expected until after the Phase I portion of this solicitation is completed. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 22 June 2005. PHASE II WILL BE ISSUED AT A LATER DATE. The entire solicitation/specifications will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register themselves on the web site. The official plan holders' list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST 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 proposals due or number of amendments issued, contact Shirley Shumer at 843/820-5923. Technical inquiries MUST be submitted in writing 15 days before proposals are due to the address listed above, or emailed to Mr. Don Herschberger at don.herschberger@navy.mil. The NAICS Code for this procurement is 236220: Commercial and Institutional Building Construction (pt). The Standard Size is $28.5M.
- Place of Performance
- Address: NAS Whiting Field, FL
- Record
- SN00827695-W 20050612/050612190833 (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 |