Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

Y -- Naval Construction Regiment Headquarters Facility, NCBC Gulfport, MS

Notice Date
11/20/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Jacksonville, N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 27, P. O. Box 5 NAS Jacksonville Jacksonville , FL
 
ZIP Code
00000
 
Solicitation Number
N6945009RNCBC
 
Response Due
1/7/2009
 
Archive Date
2/6/2009
 
Point of Contact
Roger J. McAughan 904-542-6810
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. The solicitation will be available on or about Monday, December 08, 2008 at https://www.neco.navy.mil/. Naval Facilities Engineering Command Southeast (Jacksonville, FL Office) is currently seeking businesses certified for the 8(a) program for Solicitation Number N69450-09-R-NCBC* to obtain construction services for the Naval Construction Battalion Center (NCBC) that will entail a design-build project named the 25th Naval Construction Regiment HQ Facility located at NCBC Gulfport MS, Gulfport, MS. This solicitation is being restricted to qualified 8(a) firms only. * Note 1: Offerors should be advised that the referenced Solicitation Number, N69450-09-R-NCBC, will change prior to posting of the solicitation. A new solicitation number will be assigned to this acquisition and offerors will be advised via an amendment to this announcement of the new solicitation number once it is obtained. The NAICS Code for this procurement is 236220, Commercial and Institutional Building Construction. The Size Standard is $33,500,000. The project is being solicited as Design/Construct to Budget with the maximum Award Amount at $7,600,000. Offerors submitting proposal in excess of this amount will be considered to have a deficiency. The Government will award a Firm-Fixed Price Contract resulting from the solicitation to the responsible, responsive, offeror whose proposal conforms to the solicitation, and is considered to be the best value to the Government, price and technical factors considered. This project consists of design, site development for, and construction of a new 22,987 square foot specialized office building to house the functional space for the 25th NCR Command and Control staff to carry out their mission. This project includes administrative offices, training space, SCIF room, auditorium, data center, file storage, associated support areas, electrical and mechanical utilities, demolition, paving and site improvements. The location for the new facility will be adjacent and connected to the 22nd NCR Command and Control on the Naval Construction Battalion Center (NCBC) in Gulfport, Mississippi. The project will create a single two-story building that will have a high level of security throughout most of the building and, therefore, will have multiple levels of access control. This facility is classified as a "Primary Gathering Building" according to Antiterrorism (AT) criteria and will require compliance with all the related protective measures. The space within this facility consists of a combination of private and open offices along with multiple conference and planning rooms sized to accommodate from 12 to 117 people. There will be two data (network) systems included, one of which is a secure system requiring "physical" security of the distribution components, and there is a related Data Center that will be shared among the two Command and Control facilities. The Electronic Security System (ESS) described in section D503005 is to be excluded from the base bid and priced as an option. The option does not count against the $7.6M budget limitation. Site development shall include earthwork, paved parking and access ways, landscaping, utility distributions, and storm water collection/distribution. This facility is to be joined to the first Command and Control Facility on the site. This facility will provide shared space for the original facility. Therefore, the site layout and the building organization (floor plans) must be coordinated to facilitate construction and integration/connection of the original Command and Control building. The exterior of this project shall match the first Command and Control Facility, i.e. the intent is to give the appearance of a single facility upon completion. This facility shall be designed to be accessible to the handicapped and shall meet requirements of the Uniform Federal Accessibility Standards (UFAS) along with Department of Defense policies. 4. Bid to budget details:This project is solicited as Design/Construct to Budget with the maximum Award Amount at $7,600,000. Offerors submitting proposal in excess of this amount will be considered to have a deficiency. If the offeror finds the full scope cannot be delivered within the budget identified then the offeror may reduce scope as described below. The scope reductions are prioritized and reductions must be taken in the order listed below. If the scope is reduced, it is the responsibility of the offeror to clearly articulate the scope reductions exercised. The amount of scope provided in the offeror's proposal will impact the final evaluation for "Factor 3- Technical Solution". The scope reductions allowed to meet the project's budget is as follows:.A - Delete all demolition and all new construction associated with the new 75 space parking lot to be located south of the 25th NCR HQ Facility, between Third Street and Snead Street..B - Delete the 36 space parking lot located between the 22nd NCR HQ facility (currently under construction) and Bldg. 60..C - Reduce capacity of auditorium to accommodate approximately 50 personnel, in lieu of the 117 person capacity..D - Eliminate reduced auditorium in its entirety..E - Delete requirement for storage in Data Center. 5. Provide as Bid Options: Option No. 1 - Design, Provide, Install, and Commission the Electronic Security System (ESS) as defined in RFP Section D503005. Contract duration shall not exceed 555 calendar days. The Option price shall be valid for a minimum of 120 days from the date of award. The days for contract duration are figured from date of contract award to 555 calendar days, which includes the initial 15 days allowed for mailing of the contract award, submission and approval of insurance, bonding and other requirements as set forth in the contract. This solicitation will be posted to https://www.neco.navy.mil/ under the solicitation number as explained in * Note 1 above. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. The official Plan Holders List will be maintained on, and can be printed from the internet site https://www.neco.navy.mil/. All prospective offerors must register as Plan Holders on the internet website for this solicitation. Each company must indicate if it is a Prime Contractor or Subcontractor. The solicitation will be available for download free-of-charge via the internet at https://www.neco.navy.mil/. This will be the only method of distribution of amendments; therefore IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE, https://www.neco.navy.mil/, PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The official Plan Holder List will also be maintained on and can be printed from the website!. The Government will not pay for information requested nor will it compensate any respondent for any proposal. The successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the DOD CCR database may render the successful offeror ineligible for award. All contractual and technical inquires shall be submitted via electronic mail to Roger J. McAughan at roger.mcaughan@navy.mil. The solicitation will be available on or about Monday, December 08, 2008 at https://www.neco.navy.mil/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89ee49c25e6aa1e9f79a92acec48e16f&tab=core&_cview=1)
 
Record
SN01707989-W 20081122/081120215938-89ee49c25e6aa1e9f79a92acec48e16f (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.