SOLICITATION NOTICE
Y -- P150V DESIGN/BUILD HELICOPTER HANGAR/ ADMIN/ MAINTENANCE SPACE AT MARINE HEADQUARTERS, FORT DIX, NEW JERSEY
- Notice Date
- 1/16/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV. NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008508R2102
- Response Due
- 3/4/2008
- Archive Date
- 10/1/2008
- Point of Contact
- Deborah Abell 757-444-0585 Deborah Abell, 757-444-0585; Larry Scheible, 757-444-0684; Ross Woodson, 757-444-0323
- E-Mail Address
-
Email your questions to deborah.abell@navy.mil
(deborah.abell@navy.mil)
- Description
- Design/Build P-150V, Helicopter Hangar/ Admin/ Maintenance Space/ Marine Headquarters, Ft. Dix, New Jersey. This RFP will be issued to obtain contractor qualifications for which a contract, by means of a negotiated firm fixed-price procurement, will be awarded. A contract will be awarded to the best value offeror in accordance with FAR PART 15 and 36 using the Best Value, Two Phase Design-Build selection procedures. This solicitation will be issued as N40085-08-R-2102. The contract will provide one helicopter maintenance hangar with administrative and maintenance support space, Marine Air Group headquarters facility with ground storage warehouse, pavements for MALS van staging, Ground Supply Equipment Pad, helicopter parking apron, POV parking and roadways. Facility will include all electrical, plumbing, HVAC, communications, fire detection/alarm and sprinkler systems as required by code and standards, POV parking and roadways. The contract to budget amount, for th e base bid and options, is $70,818,000.00. The contractor shall provide all required design, engineering, labor, supervision, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The contractor shall provide all required design, engineering, labor, supervision, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Phase I proposals will be evaluated based on their technical merits for the identified criteria for technical factors 1, 2, and 3. A maximum of five (5) offerors will be selected to submit Phase II proposals; however, the Contracting Officer reserves the right to advance less than that number should the circumstances so dictate. 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 technica l factors 1 through 6. Phase II proposals will be evaluated based on a ll technical factors (Factors 1-6) and price factor. All technical factors 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 technical evaluation factors include: PHASE I ? TECHNICAL FACTORS 1. Corporate Experience 2. Past Performance 3. Safety Performance PHASE II ? TECHNICAL FACTORS 4. Small Business Subcontracting Effort 5. Technical Approach 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 AN AWARD IS ANTICIPATED 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 Request for Proposals (RFP) will be issued on or about 4 February 2008. Tentative date/time for submission of Phase I proposals will be on or about 4 March 2008, 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in Adobe Acrobat PDF file format. Contractors are encouraged to register for the solicitation when downloading from the NAVY ELECTRONIC COMMERCE ONLINE. The address is: https://www.neco.navy.mil/ Only registered contractors will be notified, by email, when amendments to the solicitation are issued. Inquiries shall be emailed to Deborah Abell deb orah.abell@navy.mil phone 757-444-0585. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $31M. This project is not set aside for small business. Large businesses shall submit a subcontracting plan as a requirement of the RFP. This will be included as part of the contract upon award. (Format to be included in solicitation).
- Record
- SN01486918-W 20080118/080116225122 (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 |