MODIFICATION
Z -- Bridge Repair
- Notice Date
- 5/30/2007
- Notice Type
- Modification
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N40083-07-R-3013
- Response Due
- 7/12/2007
- Archive Date
- 7/27/2007
- Point of Contact
- LaMar Sims, Contract Specialist, Phone 847-688-2600x150, Fax 847-688-6567, - Marcus Sims, Contract Specialist, Phone 847-688-2600x128, Fax 847-688-6567,
- E-Mail Address
-
lamar.sims@navy.mil, marcus.sims@navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- SYNOPSIS OR DESCRIPTION- REPAIR OF D-STREET BRIDGE LOCATED AT NAVAL STATION, GREAT LAKES, IL This is a Pre-Solicitation Notice for information in accordance with FAR 5.203. It is the intent and objective of the Government to obtain services including labor, material, transportation, equipment and supervision required to repair by replacement much of the existing bridge with similar steel beam and reinforced concrete structure. The project also includes replacing the existing utilities that are inside and attached below the deck of the bridge. The replacement bridge will provide adequate loading capacity of 25/40 tons for 3S2 type trucks. This bridge will be approximately 70% replaced with another steel and reinforced concrete structure. The bridge qualifies as an historic structure. Contractor to provide a temporary pedestrian walkway spanning the road, creek and ravine. The bridge is 270 feet long and spans 50 feet above the road, creek and ravine. The resulting solicitation will result in the award of one Firm Fixed Price Contract to one 8(a)Small Business operating within Wisconsin, Michigan, Ohio, Indiana, Minnesota, or Illinois (Region 5) who provides the most advantageous, responsive and responsible proposal resulting in the best value to the government, price and other factors considered The Davis Bacon Act will apply with applicable wage determination IL20030011, dated 9 February 2007. In accordance with FAR 28.103-1 bonding is required for 20% of the base price, a performance bond of 100% and a payment bond of 50%. The prime contractor must perform at least 15% of the work per FAR 52.219-14 (1). DO NOT REQUEST SOLICITATION DOCUMENTS UNTIL THE REQUEST FOR PROPOSAL IS ISSUED. The proposed solicitation number will be N40083-07-R-3013 and will be issued on or about 12 June 2007. Proposals will be due approximately 30 days later on or about 12 July 2007. Award is expected to be made on or about 1 November 2007. The solicitation will be available for viewing and downloading at internet web address www.esol.navfac.navy.mil. All prospective offerors must register themselves on this NAVFAC internet website... The Official Plan holders List will be created by this registration and will be available from the website only. All amendments will also be posted on this website for downloading. This will normally be the method of distributing amendments; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. The estimated cost of the entire project is in the range of $5,000,000 to $10,000,000. The NAICS code is 237310; size standard is $31,000,000. Federal Supply Class/Services is Code Y119. The solicitation for the repair of the D- Street Bridge will be formatted as a Request for Proposal (RFP) in accordance with FAR 15.1 for a competitive negotiated procurement utilizing the Two-Step Design Build source selection method. This method permits evaluation pf proposals based on price competition, technical merit, design ability and other factors; permits impartial and comprehensive evaluation of offeror?s proposals; permits discussions if necessary and ensures selection of the source whose performance provides the best value to the Government. The offerors for Phase I may be evaluated on the following Technical Factors: Past Performance and Relevant Project Experience, with sub-factors being design team and construction team. Factor B; Technical Qualifications for key personnel, with sub-factors being design team qualifications and construction team qualifications. Factor C; Management Team; with sub-factors being management approach, construction quality control and safety and experience modifier (EMR). Offeror for Phase II may be evaluated on the following factors: Factor A; Past Performance and Relevant Project Experience (same as Phase I unless conditions change). Factor B; Design Solution Narratives. Factor C; Conceptual Building Design. Factor D; Scheduling/Phasing/Maintainability of materials. Firms are expected to participate in any pre-proposal conferences held. Offers will not be publicly opened. The Government reserves the right to negotiate with any and all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Therefore, proposals should be submitted initially on the most favorable terms. IMPORTANT NOTICE: All contractors submitting proposals, bids or quotes on DOD solicitations must be registered in the Central Contractor Registration (CCR) prior to award of a contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. This information will facilitate the Government?s transition to electronic commerce and electronic fund transfers for payment. The DOD implemented the capability to register in the CCR through the World Wide www.ccr.gov. Reference is made to the DFARS Clause 252.204-7004. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in the CCR Please hold all calls until the RFP is released. Navy point of contact is Mr. LaMar Sims, Contract Specialist at 847-688-2600 X 150 or email to lamar.sims@navy.mil Contracting Office address is; NAVFAC Midwest, 201 Decatur Avenue, Building 1A, Great lakes, Il 60088-2801.
- Place of Performance
- Address: Department of The Navy, Naval facilities Engineering Command/Midwest, 201 Decatur Avenue, Building 1-A, Great Lakes, Il
- Zip Code: 60088-2801
- Country: UNITED STATES
- Record
- SN01305705-W 20070601/070530221519 (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 |