Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2016 FBO #5486
DOCUMENT

Z -- SKEETER LANE RENOVATION AND CONVERSION AND CONSTRUCTION OF HOUSING WELCOME CENTER WALLOPS ISLAND, VIRGINIA - Attachment

Notice Date
11/28/2016
 
Notice Type
Attachment
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Little Creek Facilities Engineering, Acquisition Division 1450 Gator Boulevard Suite 150 Virginia Beach, VA
 
Solicitation Number
N4008517R4601
 
Point of Contact
Amy Keiler 757-462-5396 Nikki Kirtsey at tiffany.kirtsey@navy.mil or Amy Keiler at amy.keiler@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE SOLICITED ON AN UNRESTRICTED BASIS. THE REQUEST FOR PROPOSALS (RFP) WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON OR ABOUT 13 DECEMBER 2016. THE PROPOSAL DUE DATE WILL BE ON OR ABOUT 12 JANUARY 2017, 2:00 P.M. EDT NORTH AMERICA. Naval Facilities Engineering Command Mid Atlantic (NAVFAC MIDLANT) intends to issue a request for proposal for Skeeter Lane Renovation and Conversion and Construction of Housing Welcome Center at Wallops Island, Virginia. This will be a small business full and open competitive procurement. This project requires the performance of design and construction of: 1)Skeeter Lane: Converting ten 2-bedroom officer and enlisted duplexes into five single, 4-bedroom, two-car garage homes. Four other existing 2-bedroom duplex units will become 3-bedroom units with family rooms; adding a bedroom, master bathroom complete with sink, toilet, and bathtub/shower, and family room. Two existing 3-bedroom duplex units will have a family room added, and four existing 4-bedroom units will have a family room added. In addition to floor plan updates for compliance with current Navy guidance, a whole house revitalization will be performed on all 15 units located on Skeeter Lane. These improvements will include the following: living and dining area, kitchen, hallways, bedrooms, bathrooms, utility areas, laundry area, and screened porch. 2)Construct a 1-story Family Housing Service Center at the entrance to Skeeter Lane, adjacent to the current Housing Service Center, which will be returned to an assignable Family Housing living unit by separate project. The 186 SM (2,000 SF) Family HSC consists of the Family Housing Installation Managers Office, conference room, waiting area, kitchenette, supply storage, and restrooms. The facility will be served by existing utilities (electrical, water, and sewer) which serves the neighborhood and will be extended a modest distance to access this facility. An off-street parking lot for 3-4 vehicles will be included. The period of performance is approximately 18 months after notice to proceed. This procurement will be awarded as firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The magnitude of construction range is between $1,000,000 and $5,000,000. This contract will require a Performance Bond pursuant to Federal Acquisition Regulation (FAR) 52.228-15 through an approved surety under the United States Treasury Department Circular 570. The solicitation will be formatted as a Request for Proposals (RFP) in accordance with the requirements designated by FAR 15.203 for a negotiated procurement utilizing procedures of FAR 36.2. 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 proposal provides the best value to the Government. The non-price evaluation factors are anticipated to be as follows: Experience, Past Performance, and Safety.. A Site visit will be available for this procurement. All information necessary to submit a proposal will be provided with the RFP. The Government intends to issue the Solicitation through the internet at www.neco.navy.mil and www.fbo.gov. 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 offeror s responsibility to check the website periodically for any amendments to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) 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 SAM website can be accessed at www.sam.gov. Reference is made to FAR Clause 52.204 7), System for Award Management. Prospective offerors are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis contact Nikki Kirtsey at tiffany.kirtsey@navy.mil or Amy Keiler at amy.keiler@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470FSC/N4008517R4601/listing.html)
 
Document(s)
Attachment
 
File Name: N4008517R4601_N40085-17-R-4601_Pre-solicitation_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R4601_N40085-17-R-4601_Pre-solicitation_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008517R4601_N40085-17-R-4601_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
SN04336793-W 20161130/161128233922-83b59e92bfe905a06f1895311058d5cd (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.