Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOLICITATION NOTICE

Y -- P-133 Navy Operational Support Center (NOSC), Fort Custer, Battle Creek, Michigan

Notice Date
5/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008310R0023
 
Response Due
6/10/2010
 
Archive Date
6/14/2010
 
Point of Contact
Terryll Zade (847) 688-2600 ext 417 Terryll Zade, (847) 688-2600 ext 417
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
N40083-10-R-0023, Design/Build Construction Contract P-133 Navy Operational Support Center (NOSC), Fort Custer, Battle Creek, Michigan Phase I proposals due on June 10, 2010 @ 2:00 P.M. CST. This solicitation is being issued as a competitive Service Disabled Veteran Owned Small Business (SDVOSB) for competition in Region V (Minnesota, Wisconsin, Illinois, Michigan, Indiana, and Ohio). This is a two-step design/build construction project for P-133 Navy Operational Support Center (NOSC), Fort Custer, Battle Creek, Michigan, Request for Proposals, #N40083-10-R-0023. The proposed contract is limited to Service Disabled Veteran Owned Small Businesses (SDVOSB) in Region V (Minnesota, Wisconsin, Illinois, Michigan, Indiana, and Ohio) of the Small Business Administration. The Government will not consider offers from large firms. Firms that are not serviced by Region V SBA District Offices, but have a bona fide place of business (as defined by SBA) within the geographic area served by Region V District Office's are also eligible to submit offers. Small Business firms not serviced by Region V SBA District Offices must consult its servicing District Office regarding the establishment of a bona fide place of business of status of a previously established bona fine place of business. All other firms are deemed ineligible to submit offers. PROJECT DESCRIPTION: It is the intent and objective of the Government to obtain design and construction services including labor, material, transportation, equipment and supervision required to design/build this construction project that will construct a Navy Operational Support Center (NOSC) training facility approximately 29,206 sq ft at Fort Custer at Battle Creek, Michigan. The exterior style and design of the facility shall match the existing office/classroom structures on Fort Custer at Battle Creek, Michigan. The brick, concrete and steel building will be of permanent construction, with bricks, concrete and structural steel, masonry exterior walls, pitched roof, concrete floors, steel stud framing, and the interior walls matching existing FT Custer office/classroom design criteria. The project total area includes space for assembly hall (two story), classrooms, medical exam rooms, conference room storage, NMCI/LAN, unit conference counseling, crew's lounge, administrative areas, recruiting, toilets/showers, janitor and mechanical equipment space. Support facilities include fire alarm systems, a fire sprinkler protection system, wired for information systems to include the Navy's NMCI system, heating and air conditioning, covered entrance and covered connected walkway to AFRC, exterior security lighting and pavement parking. The new NOSC building will be wired for voice and data communications, and SIPRNET. Anti-terrorism/force protection will comply with the current Federal and DoD standards. Technical manuals will be provided. The facility will incorporate LEED Silver Certifications with electrical energy usage efficiency and improved building insulation and ventilation for the heating, ventilation and air conditioning system. Sustainable design will be included in the design, development and construction of the facility in accordance with the Energy Policy Act 2005, Executive Order 13423 (implements Federal Leadership in High Performance and Sustainable Buildings MOU), Energy Independence and Security Act 2007, NAVFAC Engineering and Construction Bulletin 2008-01 and local directives. The project will be designed and constructed to receive a minimum LEED Silver level rating certified by USGBC. The successful proposer will be required to validate the design against the RFP requirements and accept design responsibility (i.e. sign and seal design drawings and specifications by registered professional engineers and architects). The RFP will provide the project program, site survey, and prescriptive and performance specifications. The RFP will not include a floor plan or design solution. The NAICS Code for this proposed procurement is 236220 and the annual size standard is $33.5 million. This proposed solicitation is an SDVOSB set-aside. Estimated cost of this potential contract is between $7,000,000.00 and $9,000,000.00. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. Performance and payment bonds are required. All interested SDVOSB firms must have bonding capability. Procurement Method: The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government. The two phases consist of the following: PROPOSAL EVALUATION - PHASE 1 2.1Evaluation Factors - Phase 1. The areas of consideration for evaluation of technical proposals are detailed below. For evaluation purposes, Factors 1 through 3 are equal in importance. Phase I. Proposals will be evaluated on the following technical evaluation factors:.Factor 1 - Past Performance and Relevant Project Experience Sub-factor 1A - Design TeamSub-factor 2A - Construction Team.Factor 2 - Technical Qualifications Sub-factor 2A - Design TeamSub-factor 2B - Construction Team.Factor 3 - Management Approach Sub-factor 3A - Management ApproachSub-factor 3B - Construction Quality ControlSub-factor 3C - Safety & Experience Modifier Rate (EMR) The factors for Phase II are as follows: Factor 1 - Past Performance and Relevant Project Experience, Technical Qualifications and Management Approach (same as Phase I unless conditions change) Factor 2 - Technical Solutions Factor 3 - Durability, Maintainability, Sustainability of Building Factor 4 - Project Schedule and Phasing This is a new procurement. It does not replace an existing contract. No prior contract information exists. Phase I RFP is attached. Phase I proposals are due on June 10, 2010 at 2:00 P.M. Central Standard Time. Inquiries to Phase I RFP must be received no later than June 3, 2010. If you have any questions, please contact Terryll Zade, Contract Specialist, (847) 688-2600 ext 417 or via e-mail at terryll.zade@navy.mil. IMPORTANT NOTICE: Any amendments to this solicitation will be made through the Internet at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet if necessary. The official plan holders list will be created by registration and will be available by website only. Amendments will also be posted on the website for downloading. This will be the normal method of distributing amendments; therefore it is the offerors' responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. All contractors submitting bids, proposal or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252-204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008310R0023/listing.html)
 
Record
SN02144661-W 20100512/100510234406-a3dc18d504fb4e012eda0626d3e0e270 (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.