Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

Y -- Design/Build services for P-481, Indoor Small Arms Range, NAVSUBASE New London, Groton, Connecticut / Design Build/Design Bid Build Multiple Award Construction Contract

Notice Date
9/9/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R7054
 
Point of Contact
Judy Biboum 757-444-0684 Alex Holmes757-444-0044
 
E-Mail Address
judy.biboum@navy.mil
(judy.biboum@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Best Value Two Phase Source Selection solicitation to provide a Design Build/Design Bid Build Multiple Award Construction Contract for general design build/design bid build projects in the NAVFAC MIDLANT Northeast Area of Responsibility to include: Maine, New Hampshire, New York, New Jersey, Pennsylvania, Rhode Island, Connecticut, Massachusetts, Vermont, and Delaware. Under such MACC, the Contractor(s) shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the specifications for each task order. A maximum of seven (7) indefinite delivery/indefinite quantity contracts will be awarded as a result of this solicitation. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $450,000,000.00 for the life of the contract. The contract(s) have no annual or contractor limit. The limit is the maximum for the life of the contract of $450,000,000.00. Projects for the DB/DBB General Northeast MACC will have an estimated construction cost between $3,500,000.00 and $30,000,000.00; however, smaller and larger dollar value projects may be considered at the discretion of the NAVFAC MID-LANT Chief of the Contracts Office. The government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract to include option years. The seed project is P-481, Design/Build services for P-481, Indoor Small Arms Range, NAVSUBASE New London, Groton, Connecticut. The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. Description of proposed construction: Provide a fire resistant reinforced concrete bearing wall facility with concrete foundations, bullet-proof walls and ceilings, acoustical baffling, elastomeric or metal seam roofing over insulated steel deck, fire detection and suppression systems, communications, plumbing, electrical service and other elements required for a complete and usable facility. Design and construct a completely enclosed, 20 firing lane small arms range with proper mechanical ventilation/filtration for removal of airborne contaminants and reduction of personnel exposure. An Indoor Simulated Marksmanship Trainer (ISMAT) is included at the facility. The ISMAT trainer simulates the recoil and noise associated with live firing to familiarize students. Demolition of facilities 388 & 389 (tennis courts) are included in this project. The existing outdoor range (PR1) will be demolished with the exception of the concrete pad which will be left in place. The contract to budget award amount is $11,000,000.00. 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 seven (7) offerors will be selected to submit Phase II proposals. The contracting officer, at his/her option, reserves the right to select less than seven (7) offerors for Phase II should the situation require less. 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 1 through 5. Phase II proposals will be evaluated based on all technical factors (Factors 1-5) and price factor. The Request for Proposals (RFP) for Phase I will be issued on or about 22 September 2009. The RFP for Phase II will be issued via amendment upon completion of Phase I. The areas of consideration for evaluation of proposals are detailed below. All technical factors are of equal importance. Technical sub factors within technical factors 1, 2, 3, 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. That offeror will be awarded the seed project. PHASE I - TECHNICAL FACTORS1. Corporate Experience 1a. Construction Team1b. Design Team2. Past Performance2a. Design Team2b. Prime Contractor/Subcontractor3. Safety / Past Performance3a. Safety3b. Past Performance4. Quality ControlPHASE II - TECHNICAL FACTORS5. Technical approach to the Seed Project5a. Building and Site Design5b. Proposed Schedule5c. Special Design Features/Enhancements6. Price The solicitation will be listed as N40085-09-R-7054 in the Navy Electronic Commerce Online, NECO, at: https://www.neco.navy.mil A Vendor User Guide is available for download in the site, as well as a NECO Help Desk contact phone number for any issues/questions. Ensure you register in the site so you will receive emails applicable to your solicitation in the event of any modifications, amendments, and/or any changes regarding this solicitation and/or solicitations of interest.Primary POC: Judy BiboumPhone: 757-444-0684 Email: Judy.Biboum@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R7054/listing.html)
 
Place of Performance
Address: Naval Submarine Base, New London, Groton, CT
Zip Code: 06349
 
Record
SN01947246-W 20090911/090910001025-0ffb0ad432e01428b66bd0d17d6c268d (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.