Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2008 FBO #2358
SOLICITATION NOTICE

Y -- P-925 Combat Vehicle Warehouse,Marine Corps Logistic Base Albany, GA

Notice Date
5/9/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 135, P. O. Box 30 Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945008R1766
 
Point of Contact
Selethia D Middleton, Phone: 843-820-7326
 
E-Mail Address
selethia.middleton@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
N69450-08-R-1766 The Request for Proposal (RFP) will be issued as a competitive 8(a) in accordance with FAR 6.2, Full and Open Competition after exclusion of sources. The RFP will be open to participation by interested firms with specialized experience and qualifications required by this contract utilizing the Two-Phase Design/Build selection procedures of FAR 36.3. This solicitation will result in an award of a firm fixed price construction contract for acquisition of a combat vehicle warehouse. The period of performance will be for 555 days. Award will be made to the offeror whose price and technical proposal provides the best value to the Government using a trade-off approach. This procurement is for one solicitation resulting in the design and construction award of a Combat Vehicle Warehouse for the Marine Corps Logistic Base, Albany, Georgia. The project will occur in one phase over the next year and a half. The project requires a LEED Certified rating. This project constructs a new 70,000 SF dehumidified warehouse for the storage of Light Armored Vehicles (LAV). The structure shall have a clear span of 200 ft, a minimum interior clear height of 24 feet and a low profile sloped roof to minimize the volume of interior space to be dehumidified. The structure shall be supported on a shallow foundation with a reinforced concrete slab on grade. Project to include roll-up doors, personnel doors, mechanical, electrical, fire protection systems, and exterior building perimeter lighting to illuminate the building perimeter and entrances. Project site to include paving improvements, parking and access driveways, chain link fence and gate, fill to stabilize and improve site drainage, and storm sewer system. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the Request for Proposal. Proposers will be evaluated using the Two-Phase, Design-Build, Request for Proposal (RFP) procedures that result in awards based on best value to the Government. The anticipated workload for the entire project is between $8,500,000.000 and $9,500,000.00. Phase-One of the procurement process is a narrowing step of offerors up to a maximum of five (5) offerors (design-build teams) who offer the best technical value to the government, unless the source selection authority determines that a number more than five (5) is in the Governments interest and is consistent with the purposes and objectives of Two-Phase, Design-Build Contracting. The narrowing of Phase-One offerors is based on responsibility factors that include: the Contractors Responsibility Evaluation Form, a letter from their Bonding Company showing that the firm has an aggregate bonding capacity between $8,500,000.00 to 9,500,000.00, and design-build technical factors that include: Relevant Experience & Technical Qualifications and Past Performance;. Phase-One technical factors relate to the general building practices for new construction, and complex utility infrastructure, and roofing on projects. Qualifications should include fire protection, comprehensive interior design and sustainable features. All professional disciplines shall be registered and/or certified in their discipline. Only those offerors selected in Phase-One will be allowed to proceed into Phase-Two. In Phase-Two, the successful Phase-One offerors will be required to submit technical and price proposals for design and construction of the Combat Vehicle Warehouse project. The project will occur in one phase over the next year and a half. The estimated price range for the project is approximately $8,500,000.000 and $9,500,000.00. Offerors who fail to submit technical and price proposals for the project will not be considered for an award. The Phase-Two technical proposal will require preparation of a Technical Solution for the project and other factors that define the quality of construction. Price proposals will include a total cost for the project, and a Bid Bond in the amount of 20% of your total bid price for the project or $3,000,000.00, whichever amount is less. Selected Phase-Two firms will be invited to attend the Pre-Proposal Conference and Site Visit for the project. Firms participating in the Pre-Proposal Conference and on-site process will not be directly compensated for their participation. The NAICS Code for this procurement is 236220 - Commercial and Institutional Building Construction. with a size standard of $31,000,000.00. This will be an electronic solicitation, which can be downloaded from the NECO website at https://www.neco.navy.mil. Please be sure to register on the Planholders List for the solicitation to receive notification of future amendments. The solicitation will be available on or about 27 May 2008. Step I Proposals will be due on or about 30 June 2008. The solicitation package will give exact dates. Offerors must also be registered in the Central Contractor Registration (CCR) database with a DUNS number in order to receive award. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95fdfd350d0dc7230b90a797bb4be56f&tab=core&_cview=1)
 
Record
SN01570097-W 20080511/080509215623-95fdfd350d0dc7230b90a797bb4be56f (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.