Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2006 FBO #1839
SOLICITATION NOTICE

Y -- Student Quarters, The Basic School (Ph 1)

Notice Date
12/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-05-R-0054
 
Response Due
1/23/2007
 
Archive Date
2/7/2007
 
Description
The Student Quarters at ?The Basic School? is Phase 1 of a 6 Phase building replacement plan that will construct a multi-story reinforced concrete masonry unit (CMU) building with concrete foundation and floors, Georgian style cast stone and brick veneer, and standing seam metal roof over structural steel framing. Building provides 150 rooms in the 1+1 E room configuration (125 modules) with semi-private bathrooms and walk-in closets. Community and service core areas consist of laundry facilities, lounges, Company Administrative offices, housekeeping areas, and public restrooms. Built in equipment includes a service elevator and closet organization system. Information systems include wiring for local area network (LAN), cable and television (CATV), and telephone. Electrical systems include fire alarms and energy saving electronic monitoring and control system (EMCS). Mechanical systems include plumbing, fire protection systems, and heating ventilation and air conditioning (HVAC). Supporting facilities work includes site and building utility connections (water, sanitary and storm sewers, electrical, telephone, LAN, and CATV). Paving and site improvements include paved parking, sidewalks, roadway access, and landscaping. The project also includes Technical Operating Manuals and Anti-Terrorism/Force Protection features. Demolition of existing barracks wing, G-wing of B-24165 (2,880 m2), as well as lead paint and asbestos abatement and any required environmental mitigation, is included. Project will match existing 2000 series barracks on base per the Base Exterior Architecture Plan (BEAP). Sustainable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13123 and other laws and Executive Orders. This procurement is for a Design-Build Project being acquired through the use of the two-phase selection process. The competition is unrestricted. This acquisition will result in a FIRM FIXED PRICE contract acquired through competitive negotiation procedures. The procurement will be conducted using source selection procedure and the award will be based on best value to the government considering price and non-priced factors. The Design to Budget for this project is $18,193,900.00. Technical/Management, Past Performance, and Price are the evaluation criteria for this procurement and are considered equal in importance to each other. Phase I technical/management factors 1 through 5a are considered equal in importance to each other and the rating compiled along with the past performance rating will be the basis determination of the most highly rated competitors. Phase II technical/management factors 5b and 6 are considered approximately equal in importance to each other. Technical/management factor 7 is considered less important to technical/management factors 5b and 6. Prospective Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 23 January 2007. Please mail an original and five copies to the above address or hand-deliver to the mailroom on the 1st Floor of Building 212. Electronic and Facsimile copies will not be accepted. Please note that a Request for Proposal is NOT being issued at this time. The Request for Proposal will only be issued to those offerors determined most highly qualified as a result of the evaluation of the Phase I submissions. Prospective offerors are notified that the maximum number of Offerors invited to participate in Phase II will not exceed five. The Government anticipates issuing the solicitation March 2007, via NAVFAC E-Solicitations at http://esol.navfac.navy.mil. Factor 1: Relevant Experience (Proposed Design Team) ?Phase I The Offeror shall identify design contracts similar in size, scope, function and complexity to the solicited project, which demonstrate relevant experience. Provide at maximum 4 projects performed by the Design and Construction Team, completed within the last 7 years or currently ongoing projects that reflect the type of facility described above. If necessary, projects performed separately by the Design Team and/or Construction Team may be provided. Projects submitted shall not to exceed 4 projects for Design and 4 for Construction. Offerors shall provide the following information for contracts considered similar: ? Facility name ? Location of owner of the facility completed ? Original contract cost ? Final contract cost including modifications ? Original contract completion date ? Actual date which facility was accepted by owner ? Brief narrative description of the facility and how this experience relates to the work requirements in this project. Explanation of deviations between awarded and actual expectations. ? Photographs. ? Provide name and telephone number of the owner?s representatives Factor 2: Relevant Experience (Proposed Construction Team) ?Phase I The Offeror shall identify construction contracts similar in size, scope, function and complexity to the solicited project, which demonstrate relevant experience. Provide at maximum 4 projects performed by the Design and Construction Team, completed within the last 7 years or currently ongoing projects that reflect the type of facility described above. If necessary, projects performed separately by the Design Team and/or Construction Team may be provided. Projects submitted shall not to exceed 4 projects for Design and 4 for Construction. Offerors shall provide the following information for contracts considered similar: ? Facility name ? Location of owner of the facility completed ? Original contract cost ? Final contract cost including modifications ? Original contract completion date ? Actual date which facility was accepted by owner ? Brief narrative description of the facility and how this experience relates to the work requirements in this project. Explanation of deviations between awarded and actual expectations. ? Photographs. ? Provide name and telephone number of the owner?s representatives Factor 3: Team Relationship and Technical Approach ?Phase I Describe the relationship between the design team and the construction contractor. Identify if any of the projects previously listed were design/build and performed by the proposed design/build team for this project. Additionally, the offeror may highlight any other projects performed by the proposed design/build team to further demonstrate your relationship. For additional projects identified, provide a point of contact and current phone number of an individual knowledgeable of your performance. Describe the designer?s involvement in the construction phase and the constructor?s involvement during the design phase. Describe how quality control will be integrated into your proposed teaming approach and the A/E?s involvement in quality control throughout the project. Provide discussion on adherence to construction schedules. Provide a narrative of no more than five pages. Factor 4: Construction Safety -Phase I The Government desires to do business with only those firms that excel in safety performance. This factor exists to emphasize the importance of safety in and around all construction sites and at the base where construction work is being performed. This factor consists of two subfactors that (1) will evaluate specific aspects of the offerors construction safety program and (2) will evaluate the offeror?s safety performance history by contacting references, including but not limited to clients, insurance agencies and subcontractors. For purposes of this evaluation, Subfactor A is less important than Subfactor B. Subfactor A: Safety Program. The offeror shall provide information that demonstrates a corporate commitment to construction safety by addressing the following: Processes/Standard Operating Procedures Management Involvement/Commitment Employee participation and training Incentive/Awards program Other safety program innovations Offerors shall not submit their Corporate Safety Plan to satisfy the response to this subfactor. Subfactor B: Safety Performance History. Provide the number of mishap/accidents for the most recent 100,000-man hours of construction. This information is required for the prime contractor and all subcontractors that worked on the past contracts. Your response shall address each of the following: Description of Accident/Mishap and whether prime or subcontractor event Date/location of occurrence and contract title Actions taken following accident/mishap Agency/client POC and phone number Employer (of employee affected by event) POC and phone number The Government will contact references for the purpose of validating the information provided in response to this factor as well as obtaining further insight into each offeror?s corporate safety philosophy. The frequency and severity of events may have significant impact in the rating assigned to this factor. The Government reserves the right to call any or all previous clients for the purpose of obtaining additional information regarding your record of accidents and mishaps. Factor 5a: Subcontracting History ? Phase I Factor 5a is included to obtain the Offerors commitment to utilize Small Business (SB), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone Small Business (HUBZONE SB), Women Owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Black college and University/Minority Institutes (HBCU/MI). Factor 5a in Phase I and 5b in Phase II are subfactors equal in importance to each other. Factor 5b will be evaluated under Phase II and an overall rating for this factor will be assigned. Offerors must address the following in sufficient detail to allow proper evaluation and rating: PAST PERFORMANCE IN UTILIZING SB, SDB, WOSB, HUBZone SB, SDVOSB and HBCU/MI concerns in previous contracts Provide information on any awards you?ve received within the past three (3) years for outstanding support to the small business community. Large Business Firms: 1. Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical factor 1, Relevant Past Performance. If the reference projects were not DOD procurements and an SF-294 was not required, provide any other documentation showing compliance with the utilization of Small Business firms in each noted category. (e.g., Small, Small Disadvantaged, HUBZone Small, Service Disabled Veteran Owned Small and Historically Black Colleges and Universities/Minority Institutions, if applicable). Include the dollar value and percentage of work (of total contract value) subcontracted to these entities. If goals were not met on the reference contracts, provide an explanation as to why. 2. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available on the DOD contracts submitted under (a) above. 3. Provide information on existing or pending mentor-prot?g? agreements. 4. Provide information, if available on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. Small Business Firms: 1. Provide information on any awards you?ve received within the past three (3) years for outstanding support to the small business community. 2. For projects identified under technical factor 1, Relevant Experience, provide information that includes the dollar value and percentage of work (of the total contract value) subcontracted to Large Business, Small Business, Small Disadvantaged, Women Owned Small Business, Hubzone Small Business, Service Disabled Veteran Owned Small Business, and Historically Black Colleges and Universities/Minority Institutions, if applicable. If no subcontracting was used on any of these contracts, provide an explanation as to why. 3. Provide information on existing or pending mentor-prot?g? agreements. 4. Provide information, if available on the use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. Past Performance ? Phase I Past Performance information is one indicator of an Offeror?s ability to successfully perform this contract. This evaluation will include the performance history of both the construction entity and the design entity. The assessment of the Offeror?s past performance will be used as a means of evaluating the relative capability of the offeror and establish a level of risk (high, moderate, or low) for successful performance under this contract. Past Performance findings will influence the standing of the Offeror. Findings will be used to validate proposals against established criteria. Offerors may be given an opportunity to address unfavorable reports of past performance. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction, timely delivery of services, adherence to contract schedules, subcontractor management, safety management, quality control programs, good workmanship, conformance to specifications, and fair and reasonable prices. Offerors are responsible for ensuring the completed questionnaires are submitted, by their references, via electronic submission to Robert Rounay at robert.rounay@navy.mil and Kathleen McCourt at kathleen.mccourt@navy.mil. The questionnaires shall be returned at least one (1) week prior to the bid due date, but absolutely no later than the bid due date and time. Since the Government will contact the individuals identified in Factor 1 and Factor 2, it is critical that these individuals be familiar with the project to answer specific questions regarding your performance. The Government may choose to contact additional customer(s) not provided by an offeror and may obtain additional information through other sources, such as the Past Performance Retrieval System (PPIRS), and phone interviews. In addition to references provided under Factor 1 and Factor 2, you may include additional references that are knowledgeable of your firm?s performance. In evaluating past performance, the Government will focus on information derived from the projects that are most relevant to this project. Past Performance Questionnaire Solicitation N40080-05-R-0054 Student Quarters, The Basic School (Ph.1) Marine Corps Base, Quantico, Virginia OFFEROR: EVALUATOR (Name, Phone Number, Email Address): CONTRACT NUMBER: CONTRACT TITLE: LOCATION OF WORK: DOLLAR VALUE OF CONTRACT: CONTRACT TERM (Start and End dates): CONTRACT TYPE: 1. What was your relationship with the contractor on this project? 2. Was the contractor the prime or a sub on this project? 3. Was the contractor cooperative and committed to customer satisfaction? 4. Describe the quality of the contractors work: Substantial rework- Conformance to Specifications- Quality Control- Good Workmanship- 5. Did the contractor adhere to the contract schedule? 6. Would you work with this contractor again? 7. Did the contractor propose fair and reasonable prices? 8. Does the contractor successfully manage their subcontractors? 9. Did the contractor effectively manage and comply with all safety standards? 10. How would you rate this contractor: Excellent Good Satisfactory Marginal Poor 11. Significant Strengths: 12. Significant Weaknesses: ****END OF PAST PERFORMANCE QUESTIONNAIRE**** PHASE II. EVALUATION FACTORS. Please do not respond to Phase II factors at this time. The following factors will be included in Phase II, and their full text will be provided in the solicitation. In Phase II, the sum of all technical/management factors under Phase I and II considered approximately equal in importance to Price and Past Performance. The overall technical/management rating, past performance rating, and price will be utilized in assessing best value to the Government. FACTOR 5b - Subcontracting Plan FACTOR 6 - Facility Site, Elevation, and Floor Plans FACTOR 7 - Construction Schedule PRICE
 
Place of Performance
Address: United States Marine Corps Base, Quantico, Virginia
Zip Code: 22134
Country: UNITED STATES
 
Record
SN01192726-W 20061209/061207221033 (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.