Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOLICITATION NOTICE

Y -- P363 Design-Build of Recruit Barracks and Related Infrastructure at MCRD Parris Island, Beaufort, SC

Notice Date
12/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N69450 Building 902 P. O. Box 143 Jacksonville , FL
 
ZIP Code
32212-0030
 
Solicitation Number
N6945008R1759
 
Response Due
12/22/2007
 
Archive Date
7/22/2008
 
Point of Contact
Mark VanLuit 904-542-0433 Secondary POC: Dominga Skaruppa, 904-542-6025, dominga.skaruppa@navy.mil
 
E-Mail Address
Mark VanLuit
(mark.vanluit@navy.mil)
 
Description
This design-build solicitation notice is being advertised on an unrestricted basis, inviting full and open competition by all interested firms with specialized experience and qualifications required by this project. This procurement will result in the award of a firm fixed-price design/build construction contract for troop barracks and support facilities at Marine Corps Recruit Depot Parris Island, Beaufort, SC 29905. The project will occur in three phases over the next two years. The first phase will include one barracks, the battalion operations center, the utility infrastructure for the entire complex, the second phase will consist of two additional barracks, and the third phase will consist of a fourth barracks, a recruit drill grinder and a physical training circuit. The barracks are 3-story with squad bays, head facilities, showers, drill instructor spaces with locker rooms, storage, laundry facilities and headquarter offices. The buildings are reinforced concr! ete frame buildings on pile-supported foundations with a pier-supported , elevated first floor with crawl space, brick veneer faced reinforced concrete masonry unit exterior walls, a standing seam metal roof, central heat and air, fire protection, and associated site utility work. The projects require a LEED silver rating. This is a negotiated procurement utilizing the Two-Phase Design/Build selection procedures that consists of the submission of technical and price proposals. Phase-One of the procurement process is a narrowing step of offerors up to a maximum of five (5) proposers (design-build teams) who offer the best technical value to the government, unless the source selection authority determines that a number less than five (5) is in the Government?s interest and is consistent with the purposes and objectives of Two-Phase Design/Build contracting. In Phase-Two, the selected successful Phase-One offerors will be required to submit technical and price proposals for the project. The source selection process to be used is Best Value Trade-Off Approach. Award will be made to the offeror whose total price and technical proposal offers the best value to the government. Proposals will be evaluated on total price based on current dollars for the base bid plus the two options for the second an! d third phases. A baseline index is established at contract award based on the most recent publications of the Columbia, SC area index of the R.S. Means Construction Cost Index. The contract award date is expected to be on or around May 22, 2008. The project shall be conducted in three phases with separate LD?s and completion dates for each phase. The construction completion date for the first phase will be 728 days after award, and the period of performance for phases 2 and 3 will also be 728 days. The estimated price range for the entire project is between $80,000,000-$100,000,000. The NAICS Code is 236220 with a small business size standard of $31,000,000. This will be an electronic solicitation, which will be posted on Navy Electronic Commence Online (NECO), https://www.neco.navy.mil .The solicitation should be available at this site on or about December 24, 2007. Proposals will be due on or about January 24, 2008. For those offerors chosen to participate in Phase II, attendance to the Pre-Proposal Conference and Site Visit on or around February 19, 2008 IS MANDATORY. The solicitation package will provide location and exact dates. Offerors ar! e responsible to check the website for the solicitation and any subsequent amendments that may be issued. Interested parties are required to register for the solicitation at the NAVFAC E-Solicitation Website. THE CONTRACTOR IS REQUIRED TO REGISTER WITH DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR). NO CONTRACT AWARD SHALL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION. PLEASE VISIT THE CCR WEBSITE AT https://www.bpn.gov/CCR/scripts/index.html ON HOW TO REGISTER. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N69272/N6945008R1759/listing.html)
 
Record
SN01490051-F 20080124/080122224901 (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.