Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2007 FBO #1997
SOLICITATION NOTICE

Z -- Building W-200 Modernization, Washington Navy Yard, Naval District Washington, Washington DC

Notice Date
5/14/2007
 
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
N40080-07-R-0007
 
Response Due
6/13/2007
 
Archive Date
6/28/2007
 
Point of Contact
Robert Rounay, Contract Specialist, Phone 202-685-0188, Fax 202-685-1788, - Kathleen McCourt, Contracting Officer, Phone 202-685-3280, Fax 202-685-,
 
E-Mail Address
robert.rounay@navy.mil, kathleen.mccourt@navy.mil
 
Description
The project focus is for the full building renovation and modernization of Building W200 at the Washington Navy Yard, Washington, DC including programming, space layout, design, building renovations, and fit out of tenant spaces. The existing building consists of approximately 21,400 gross square meters. The total area for this facility at the conclusion of renovations will provide slightly less than 26,000 gross square meters. The scope of the project entails: (1) total renovation of W200 to accommodate spaces several Navy tenants; (2) bringing facility into compliance with current codes and standards (eg, life safety, ADA/handicap accessibility, energy efficiency, anti-terrorism/force protection (ATFP) per UFC 4-010-01, ?DoD Minimum Antiterrorism Force Standards for Buildings?, etc); (3) relocation of some tenants from their temporary leased spaces to Bldg W200; and (4) provision of temporary swing space (outside of Bldg W200) for some existing W200 tenants who will ultimately remain in W200 after the renovation. Work also involves exterior site work, utility connections, and hazardous material handling and abatement. W200 exterior and interior renovation shall include the total removal of all existing mechanical, electrical, communications, plumbing, fire protection systems and walls, windows and all architectural finishes, unless noted otherwise. It is the responsibility of the successful design builder to reconcile all tenant program information so that a final approved program will fit within the target gross square meters; the design builder will (after contract award) review program information and develop floor plans that optimally accommodate tenant requirements. The successful design build contractor will be responsible for analyzing RFP requirements, with respect to final tenants and functions that will occupy W200; and develop a final space program, including all furniture and equipment needs of those tenants. Full interior design services are required, including furniture and equipment layout, and possibly procurement, and installation. In general, the types of spaces required by tenants include admin spaces, open and closed office environments, conference spaces, computer spaces, teaching spaces, SCIF spaces, storage spaces, support spaces, museum spaces, and Naval Exchange/Food. W200 is presently occupied. Contractor responsibility will include moving tenants: (1) from existing locations to Building W200; (2) from Building W200 to long term and short term locations; and (3) from short term locations back to Building W200. Most present building tenants will be re-located to other spaces outside of W200, prior to the start of W200 ?interior building? construction. There will be one tenant who will occupy the facility during most of the construction. There will be other tenants who will be occupying W200 at the time of W200 contract award but be out of the facility prior to start of the construction phase. There will be some existing W200 spaces and functions (eg, base telecommunications room) that will remain operational during construction, with as little disturbance as possible during construction activities. The Contractor will develop phasing strategies to accommodate the tenants and functions mentioned in the previous paragraphs. The design build contractor will also be responsible for providing approximately 240 additional parking spaces at the Washington Navy Yard via provision of (approximately) 7300 Square Meter deck addition to an existing garage, plus other minor surface parking; (existing parking garage to remain operational during construction). This procurement is unrestricted for a Design-Build Project being acquired through the use of the two-phase selection process. 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 the price and non-priced factors. The Design to Budget for this project is $62,295,000.00. Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 13 June 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 solicitation is NOT being issued at this time. The solicitation will only be issued to the most highly qualified offerors after evaluation of Phase I submissions. Potential 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 in August 2007, via NAVFAC E-Solicitations at http://esol.navfac.navy.mil. FACTOR 1: Relevant Experience (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 5 projects performed by the Design Team, completed within the last 5 years or currently ongoing projects that reflect the type of facility as described in the solilicitation. Offerors shall provide the following information for contracts considered similar: ? Facility name ? Location of owner of the facility completed ? Whether project type is design build (awarded for design and construction) or design bid build (awarded for construction, with plans & specs prepared prior to award) ? For design build projects, identify the design agent?s construction partner. ? 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 (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 5 projects performed by the Construction Team, completed within the last 5 years or currently ongoing projects that reflect the type of facility as described in the solicitation. Offerors shall provide the following information for contracts considered similar: ? Facility name ? Location of owner of the facility completed ? Whether project type is design build (awarded for design and construction) or design bid build (awarded for construction, with plans & specs prepared prior to award) ? For design build projects, identify the design agent partner. ? 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 4A: Subcontracting History ? Phase I Factor 4a 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 4a in Phase I and 4b in Phase II are subfactors equal in importance to each other. Factor 4b 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 Cyndi Crowder at cyndi.crowder@navy.mil. The questionnaires shall be returned at least one (1) week prior to the proposal due date, but absolutely no later than the proposal 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 N40080-07-R-0007 BUILDING W200 MODERNIZATION, WASHINGTON NAVY YARD NAVAL DISTRICT WASHINGTON, WASHINGTON, DC Offeror:__________________________________________________________ Evaluator: Name- _______________________________________________ Phone Number(s)-______________________________________ Email Address- ________________________________________ Contract Number: _________________________________________________ Contract Title: _____________________________________________________ Location of Work:__________________________________________________ Contract Award Date: _______________ Contract Type: _____________ Contract Award Amount: $____________ Final Contract Amount: $___________ Reason the Award Amount and Final Contract Amount are different: ____________ ________________________________________________________________________ Original Completion Date: ____________ Actual Completion Date: ______________ Reason the Original Completion Date and Actual Completion Date are different: ________________________________________________________________________ 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? Explain. __________________________________________________ __________________________________________________________ 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 overall: Excellent Good Satisfactory Marginal Poor 11. Significant Strengths: ______________________________________________ __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ __________________________________________________________________ 12. Significant Weaknesses:_____________________________________________ __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ _________________________________________________________________ PHASE II. EVALUATION FACTORS. Please do not respond to Phase II factors at this time. The following factors may be included Phase II, and their full text will be provided in the solicitation. In Phase II: (1) the total of all Phase I and II technical/management factors; (2) Past Performance; and (3) Price, are considered equal in importance. FACTOR 4B: Subcontracting Plan The Naval Facilities Engineering Command has established subcontracting targets of at least 76.07% of the subcontracting efforts to small business firms. Of the total subcontracted effort, the targets are a minimum of 1.29% to HUBZone Small Business firms, 15.88% to SDB firms, 14.22% to WOSB firms, 0.13% to VOSB, and 0.13% to SDVOSB firms. Large business firms will be evaluated against these targets with more credit given to firms who exceed these targets. FACTOR 5: Design Compliance FACTOR 6: Construction Safety FACTOR 7: Construction Schedule PRICE - Price will be evaluated during Phase II in terms of reasonableness based on a comparison of the Government Estimate and other offers received.
 
Place of Performance
Address: Washington Navy Yard, Washington, DC
Zip Code: 20374
Country: UNITED STATES
 
Record
SN01294360-W 20070516/070514221559 (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.