Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOLICITATION NOTICE

Y -- N40085-07-R-0433 - DESIGN/BUILD CONSTRUCTION CONTRACT FOR P767 MH-60S HANGAR AND AIRFIELD IMPROVEMENTS, NAVAL STATION, NORFOLK, VIRGINIA

Notice Date
9/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-07-R-0433
 
Response Due
11/14/2007
 
Archive Date
11/29/2007
 
Point of Contact
Kirsten Johnson, Contract Specialist, Phone (757) 322-8228, Fax (757) 322-4611, - Dawn Cail, Contracting Officer, Phone 757-322-4422, Fax 757-322-4611
 
E-Mail Address
kirsten.johnson@navy.mil, dawn.cail@navy.mil
 
Description
This procurement is a Two Phase Best Value Source Selection for the design and construction of P-767 MH-60S Hangar and Airfield Improvements, Naval Station, Norfolk, Virginia. A contract will be awarded to the best value offeror in accordance with FAR Parts 15 and 36 using the Best Value Source Selection procedures. The contract will provide the following: a new helicopter Hangar, Airfield improvements and a new Air Traffic Control Tower. The project constructs a two module, Type I hangar for MH-60S helicopters on a reinforced concrete pile foundation. Hangar construction includes a reinforced concrete floor, steel frame with insulated metal wall panels, header truss roof framing, roofing system, wet-pipe sprinkler system in administrative areas and hangar overhead supplemented by floor mounted aqueous film forming foam (AFFF) sprinkler nozzles in the hangar bay floor, two oil water separators, and supports for two 4.5 metric ton bridge cranes. Additional items include Naval Air Logistics Command Maintenance Information System (NALCOMIS) secret internet protocol routing network (SIPERNET), non-secure internet protocol routing network (NIPRNET), NMCI server rooms, compressed air, ATFP anti-terrorism measures including window and door treatments, door cipher locks, structural improvements, 400 Hz D.C. power distribution system, mechanical distribution, air-conditioning and heating of personnel spaces and state of the art energy savings equipment. Airfield project site demolition removes pavement, fencing and the existing Air Traffic Control Tower LAG-110. Site improvements for new construction include flight line paving and painting, new storage compound, cross taxiway, rinse facility, POV parking, compass rose and parking apron with two outdoor washracks with apparatus shed. The project will also construct fencing with barbed wire, and pedestrian and vehicle gates. The funding available for the base bid is $46,970,000.00. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The Phase I written technical proposal will address Corporate Experience, Past Performance, and Safety. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of five (5) offerors will be selected to submit Phase II proposals. The proposal due date for Phase II will be established by amendment after the completion of Phase I. The technical evaluation ratings from Phase I will carry over to Phase II for an overall rating of technical factors. Phase II of the solicitation shall be comprised of a written small business subcontracting plan, technical approach, and price, which will be evaluated in accordance with FAR Part 15.3. Phase II proposals will be evaluated based on all technical factors (Factors 1-5) and price factor. Technical Factors 2, 3, 4 and 5 are more important than Technical Factor 1. Technical sub factors within technical factors 1, 2, 3, 4 and 5 are of equal importance. Technical is approximately equal to price. The Basis of Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The Phase I Request for Proposal (RFP) will be issued on or about 15 October 2007. Tentative date/time for submission of Phase I proposals will be on or about 14 November 2007, 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view PDF files, can be downloaded from the Adobe website. The official access to this solicitation is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitation website. Only registered Contractors will be notified by email when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Technical inquiries shall be faxed to 757-322-4611, Attention: Kirsten I. Johnson, Code OPHRAQ6 or email at Kirsten.johnson@navy.mil. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31 million. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at www.ccr.gov. All offerors must submit Representations and Certifications via the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. The cost range for this project is between $25,000,000 and $100,000,000.
 
Place of Performance
Address: Naval Station, Norfolk, Virginia
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01421853-W 20070928/070926224405 (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.