Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

Y -- Two-Phase, D/B for H439 Gulfport Family Housing, Pkg 19A, Naval Construction Battlion Center, Gulfport, MS

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62467-06-R-0158
 
Response Due
11/6/2006
 
Description
Contract Specialist-Susie Conner, Code IPT1GCSC, and Contracting Officer-Greg McHone, IPT1GCGM. THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 236115: New Single-Family Housing Construction (Except Operative Buildings). The Size Standard is $31,000,000. The work consists of - Design and construct 236 new officer and enlisted housing units on NCBC Gulfport, MS. These units will be broken down as follows: SEABEE LAKE SITE, 3: 06 single family units and 29 single family units to be built on the golf course, Hole 6; HOLE 16: 4-unit town homes (24 families); MAGNOLIA EXPANSION SITE 3: 90 duplex units (180 families). Seventy housing units must be BOD by the spring of 2008. This project shall meet UFC Low Density Criteria and incorporate the Optimum Value Engineering (OVE)/Joseph Lstiburek Methodology (UFC 4-711-01). SEABEE LAKE SITE, shall consist of 3 single family homes for 06 and above with 4-Bedroom, approximately 3,000 SF each. In addition there shall be 29 single family homes for E9 & W4/5 and 04-05 with 3 and 4 bedroom of approximately 2,310 SF each. Site amenities will include: the extension of 8th Street, to transition smoothly into the neighborhood with positive traffic controls; tot lot/play lot with open common area and courts; picnic areas, benches; and walking/biking trails. Considerations: relocation of Hole 6; and some housing site may be on wet lands. HOLE 16, TOWN HOME BUILDINGS, town home units shall consist of six buildings of four units, 2 stories tall, parking underneath and 2,150 SF per unit. The site amenities will consist of: a common open area with basketball court; walking/bike trail and expand existing nature trail to link areas. Considerations: construction of new trail system through wetlands to existing trail system; construction of connecting trail system to single family homes and golf course; provide versatile housing alternative for variety of ranks and locate the town homes with little impact on the 16 hole and surrounding wet lands as possible. MAGNOLIA HOUSING EXPANSION, shall consist of 90 duplex units two units each a mixture of one and two story units. One hundred and fifty-four units of E1-E-6 3 bedroom units, and twenty-six 4 bedroom units. Considerations: demolition of existing units A, B, C, D, E, and 6 (relocation of units A-E at Seabee Lake Site); new homes shall compliment and be compatible with existing housing; build additional new amenities in accordance with the UFC; relocate and build a new RV Park; and relocation of Gatehouse 6 to 300 complex by Pass Road Gate. Project specialized requirements consist of construction phasing, construction of housing units in accordance with the Optimum Value Engineering (OVE)/Joseph Lstiburek Methodology. The Government will award one Firm-Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation and considered to be the ?BEST VALUE? to the Government, price and technical factors considered. This procurement will consist of two (2) Phases. Phase I: Proposers will be evaluated on FACTOR A - Past Performance: (1) Design and (2) Construction; FACTOR B - Technical Qualifications (1) Design and Construction Teams; FACTOR C - Small Business Subcontracting Effort; FACTOR D ? Market Conditions. The highest rated proposers, up to five (5), will advance to Phase II. The Government will then request Phase II proposals. The proposers qualified to go to Phase II will be evaluated on: FACTOR A - Past Performance (same as Phase I unless new or revised); FACTOR B ? Team Qualifications (same as Phase I unless new or revised) FACTOR C- Small Business Subcontracting Effort; FACTOR D - Technical Solution; FACTOR E ? Management Approach The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer 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 EVALUATE 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 they would 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. FOR SPECIFICATIONS: The Government intends to issue PHASE I only on the WEB. Phase I will be issued within the next couple of weeks. PHASE II WILL BE ISSUED AT A LATER DATE FOR THOSE CONTRACTORS CHOSEN TO GO TO PHASE II. The entire solicitation, including any plans and the specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. upon issuance. Prospective Offerors MUST and should immediately register themselves on the web site. The official plan holder?s list will be maintained and can be printed from the web. Amendments will be posted on the web site. 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 THE SOLICITATION. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the due dates for proposals or the number of amendments issued, contact Ms. Shirley Shumer at 843-820-5923. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to susie.conner@navy.mil. The estimated value of this project is between $56,545,200 and $62,828,000. The estimated days for completion is 1017 calendar days from date of contract award.
 
Place of Performance
Address: NCBC Gulfport, MS
Zip Code: 39534
Country: UNITED STATES
 
Record
SN01154063-W 20060927/060925221030 (fbodaily.com)
 
Source
FedBizOpps 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.