Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOLICITATION NOTICE

Y -- Two-Phase, Design-Build for P305K Command Control and Hardening; P002K Crash/Fire/Rescue Station; P252K Public Works; P263K Renovate Hangar 263; P206K Comprehensive Utilities; and P519V Youth Center,

Notice Date
1/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N69450-07-R-0062
 
Response Due
3/14/2007
 
Description
THIS SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 236220 Commercial and Institutional Building Construction. The Size Standard is $31,000,000. This solicitation consists of Design Build work that includes, but not limited to: P-305K COMMAND and CONTROL HARDENING - Construct an addition to existing building which includes administrative and data processing spaces for Command and Control, information systems and telephone network. It is required to be a completely hardened facility supported with 100 percent redundant HVAC and UPS systems. The entire facility and all building systems will be provided with emergency power. Anti-Terrorism/Force Protection (AT/FP) measures will be included. Supporting facilities include relocation of and connection to mechanical and electrical utilities, communications, paving, walks, parking, exterior lighting, storm drainage, and site improvements. P-002K CRASH/FIRE/RESCUE STATION which includes design and construction of approximately 7,170 Square Feet. The project will construct an aircraft crash/rescue station, and separate structural fire station. The new fire station will be a multi-story structure with pile supported foundations, standing seam metal roofs, vehicle storage, fire protection system, communications/fire command system, HVAC system and a garage area that includes a vehicle exhaust removal system. The separate crash/rescue station will also be a multi-story structure with maintenance bays and spaces for personnel. Both facilities will have emergency generators or connections for them. The headquarters crash/rescue facility will be located on the flight line and will include noise mitigation and sound attenuation features for the administrative areas and berthing spaces. This project will include partial demolition of existing facilities (Building 2). The project also includes phasing to allow continuous operation of crash/rescue/fire fighting capabilities. P-519V YOUTH CENTER includes design and construction, approximately 9,598 Square Feet of a One-story, steel-framed building, pile foundations, reinforced concrete floor, masonry exterior, standing seam metal roof, mechanical/electrical systems, heating, ventilation and air conditioning, fire protection, parking, and site improvements including parking and a pick-up/drop-off area. Facility design will incorporate anti-terrorism and force protection features. Sustainable design will be integrated into the design, development and construction of the project in accordance with Executive Order 13123 and other directives. P-252K PUBLIC WORKS COMPLEX includes the design and construction approximately 35,421 Square Feet of a Public Works compound. This project includes an Automotive Vehicle Maintenance Shop, a Public Works Shop including administrative offices, a Public Works Maintenance Storage building, Administrative Offices for the Public Works Department (PWD) staff and parking for the associated personnel. All structures will consist of Type I or II non-combustible construction according to current guidelines and will be equipped with automatic fire sprinklers, mass notification systems, intrusion detection systems, and connections to the base-wide alarm system. Utilities will be extended to the new compound. P-263K HANGAR 263 includes design and renovation, approximately 94,752 Square Feet of Hangar 263. This project shall include renovating Hangar Bays, Maintenance Shops, and Administration Space. The project includes architectural, structural, electrical, mechanical, fire protection systems. P-206K COMPREHENSIVE UTILITIES includes improvements to electrical systems, natural gas, potable water, sanitary and storm sewers to improve survivability of utilities during Hurricanes and other severe inclement weather. The project will include upgrades to emergency generators, pumping stations, collection facilities and storage tanks. Underground electrical work shall include trenches or other enclosures and transformer replacement as necessary. Project also includes temporary utility service during construction. The Government will award a 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 - Team Qualifications - 1-Design Team, and 2-Construction Team; FACTOR C - Small Business Subcontracting Effort; and FACTOR D - Market Conditions. The highest rated proposers, up to five, will advance to Phase II. The proposers qualified to go to Phase II will be evaluated on: FACTOR A - Past Performance (same as Phase I unless new or revised submission is received); FACTOR B - Team Qualifications (same as Phase I unless new or revised submission is received); FACTOR C - Small Business Subcontracting Plan; FACTOR D - Market Conditions (same as Phase I unless new or revised submission is received); FACTOR E - Technical Solutions; and FACTOR F - 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 COSTS INCURRED FOR PREPARATION OF THEIR PROPOSALS. The Government will issue PHASE I solicitation on our website at http://esol.navfac.navy.mil. Issuance of Phase I is scheduled to be issued around 12 February 2007 with the Proposals Due on 14 March 2007. SOLICITATION DOCUMENTS, SPECIFICATIONS, AND: PHASE II SOLICITATION DOCUMENTS, SPECIFICATIONS, AND PLANS WILL BE POSTED ON OUR ESOL WEBSITE, BUT ONLY THOSE CONTRACTORS CHOSEN TO PARTICIPATE IN PHASE II WILL BE ALLOWED TO SUBMIT PROPOSALS. Prospective Offerors, Subcontractors and Suppliers, should immediately register on the esol website in order to receive updates, i.e., Amendments. All Amendments will be posted on the esol website. The official plan holders list will be maintained and can be printed from the web. This will be the only method of distributing amendments; therefore, IT IS THE RESPONSIBILITY OF ALL OFFERORS TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS/CORRESPONDENCE TO THE SOLICITATION. In order to participate in this procurement, all offerors must be registered in the Contractors Central Registration, (CCR). The website for CCR is http://www.ccr.gov. Inquiries in regards to the closing 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 Ms Rhonda E. Earney at rhonda.earney@navy.mil. The estimated value of this project is between $45,495,000 - $50,550,000. The estimated days for completion will be approximately 871 calendar days from date of contract award.
 
Place of Performance
Address: Naval Air Station, New Orleans, Louisiana
Zip Code: 70145
Country: UNITED STATES
 
Record
SN01220228-W 20070128/070126221231 (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.