Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2011 FBO #3374
DOCUMENT

Y -- TARAWA TERRACE I PRIMARY SCHOOL, REPLACE SCHOOL (BY ADDITION TO TARAWA TERRACE II ES) - Attachment

Notice Date
2/17/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247011R1022
 
Point of Contact
Lisa Sumpter 757-322-4083 Jim Kanash
 
E-Mail Address
c.kanash@navy.mil
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS 100% SET ASIDE FOR SBA CERTIFIED 8(A) FIRMS LOCATED IN THE NORTH CAROLINA DISTRICT ONLY. COORDINATION IS WITH THE SBA NORTH CAROLINA DISTRICT OFFICE. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 4 MARCH 2011. This procurement will be solicited to 8(a) firms that have a Certificate of Existence or Certificate of Authority on file with the North Carolina “ Secretary of State. This is a requirement to perform work in the State of North Carolina. Only North Carolina District Office Participants or 8(a) firms that have been reviewed by the North Carolina District Office and approved as having a bona fide office in the state of North Carolina will be eligible to respond to the solicitation. An 8(a) firm that proposes as a bona fide office must maintain their bona fide office eligibility for the life of the contract. This is a two-step design/build construction project that will construct a 44,276 SF addition to the existing TT II Elementary School on Camp Lejeune, North Carolina to serve Pre-K through 1st Grade students that currently attend TTI Primary School and subsequently demolish TTI Primary School. The reinforced concrete/steel elementary school addition will include general purpose classrooms, a gymnasium, special education classrooms, and increases to support areas to accommodate the additional enrollment. The scope will include changes to the utilities and advanced communications systems to support technology requirements as well as general communications. New site amenities will include additional parking and access drives, a secondary drop-off with covered walkway, playgrounds, hard court, signage, fencing, landscaping, security lighting and service/equipment yards with screen walls. These facilities shall be designed in accordance with DoDEA Education Facilities Specifications, AT/FP standards, Americans with Disabilities Act Accessibility Guidelines, National Fire Protection Association Life Safety Code, Standards of Seismic Safety for Federally Owned Buildings, and energy conservation standards. Sustainable design principles will be included in the design and construction of the project in accordance with the Energy Policy Act of 2005. In addition, there will be modifications to the existing building which will include replacing all of the existing windows and connections; 30 additional teacher mailboxes; a physical connection to the existing building at the north side; a physical connection to the existing building at the end of the east wing which will require replacement of existing double doors and the replacement of the existing fire alarm system with a mass notification/fire alarm system and extension of Data/Tel/PA to the new building from the existing building. This project will also include the demolition of existing buildings TT60 (19,132 SF), TT60A (4,183 SF), TT60B (4183 SF), TT60C (4,193 SF), TT60D (4,203 SF), TT60E (4,203 SF), TT60F (126 SF), TT60G (63 SF), and TT60H (63 SF) giving a total of 40,349 SF. The period of performance is approximately 19 months after notice to proceed. 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. The procurement is estimated at between $14,000,000.00 and $15,000,000.00. Performance and payment bonds are required. All interested 8(a) firms must have bonding capability. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about 4 March 2011. Proposal due date will be April 3, 2011, 2:00 p.m. Eastern Time. The solicitation is formatted as an RFP in accordance with the requirements designated by sections of FAR 15.203 and NFAS for a negotiated procurement utilizing the Two-Phase Design-Build section procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. This solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Experience, Past Performance, and Safety. Upon determination of the contractors advancing to Phase II, those offerors will receive an RFP containing current and future design specifications. Phase II will include the following evaluation factors: Technical Solution, Sustainable Design. The Government intends on issuing the RFP Solicitation for Phase I and Phase II 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 holder ™s list off the Internet, if necessary. The official plan holder ™s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for 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. IMPORTANT NOTICE: All contractors submitting bids, proposals 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. For inquiries about the Phase I proposal, please contact Lisa Sumpter, 757-322-4083 or email lisa.sumpter@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R1022/listing.html)
 
Document(s)
Attachment
 
File Name: N6247011R1022_Pre-Solicitation_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N6247011R1022_Pre-Solicitation_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247011R1022_Pre-Solicitation_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02382651-W 20110219/110217234552-85eea5e14ec13eb0a8b5120007503d0f (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.