Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2021 SAM #7113
SOLICITATION NOTICE

Z -- REPAIR MACDONOUGH HALL BUILDING 102, U.S. NAVAL ACADEMY, ANNAPOLIS, MD

Notice Date
5/21/2021 1:14:38 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008021R0033
 
Response Due
5/28/2021 7:00:00 AM
 
Archive Date
06/12/2021
 
Point of Contact
Eric T. Walker, Phone: 2024330908, Tonja D Jenkins, Phone: 2026853222
 
E-Mail Address
eric.t.walker@navy.mil, tonja.jenkins@navy.mil
(eric.t.walker@navy.mil, tonja.jenkins@navy.mil)
 
Description
The Naval Facilities Engineering Systems Command Washington has a�firm fixed-price construction requirement for the repair of MacDonough Hall, Building 102 (Design-Bid-Build) at the U.S. Naval Academy in Annapolis, Maryland.� Due to the critical schedule and high-visibility nature of this project, the procurement will utilize a Prequalification Phase and a Final Phase.� The intent is to solicit the most highly qualified contractor that offers the lowest risk for quality performance, lowest risk for meeting the project�s tight schedule, optimal commitment and actual use of small businesses and strong management oversight.�� TITLE:� REPAIR MACDONOUGH HALL, BUILDING 102, U.S. NAVAL ACADEMY, ANNAPOLIS, MARYLAND PROJECT DISCRIPTION:� MacDonough Hall is a 128,000 square feet, 6-story (2 full and 4 partial), granite and steel structure on the Historic Registry.� Originally constructed in 1903 and last renovated in 1982, the building needs extensive renovations and repairs.�� MacDonough Hall is the home of the Physical Education Department at the U.S. Naval Academy.� The facility is used to prepare midshipmen physically to become professional Navy and Marine Corps Officers. The MacDonough Hall facility provides the platform for course instruction in swimming, personal defense, recreational sports and wellness; as well as the administration of Physical Readiness Testing which will be on-going in the swing space. The project will replace the 157,000 gallon training pool and treatment system, provide upgrades to the HVAC system and controls, replace the Mercury-impregnated floor coating, abate asbestos and lead paint, upgrade the electrical system, upgrade the fire suppression system, make structural modifications and improvements, upgrade the plumbing and drainage system, and make exterior architectural and envelope repairs.� The project also includes the disassembly of temporary operational spaces and the renovation and repairs, and has a construction/renovation period of 1,030 calendar days (2.8 years).� Historically, long-term construction projects in older facilities have multiple unscheduled delays, therefore 60 additional calendar days are added to the construction schedule; bringing the estimated construction period to 1,090 days or 2.98 years.� Market Research has determined that this requirement should be advertised as FULL AND OPEN, and WILL NOT use Commercial Contracting (FAR Part 12) processes.� The NAICS Code for this project is 236220, with a size standard of $39.5M.� The Product/Service Code is Z2CZ.� SOURCE SELECTION PROCESS:� The source selection process will consist of Best Value Source Selection (BVSS) with Tradeoffs methodology, in accordance with FAR Part 15.� This selection method will also use DFARS 236.272 Prequalification of Sources.� The Government considers it to be in its best interest to first prequalify the highest technically rated Offerors for consideration, then use the tradeoff process to award to the Offeror that presents the best overall value to the Government. The relative order of importance for all evaluation factors will be clearly stated in the solicitation. The technical ratings in the Prequalification Phase will demonstrate the most qualified Offerors based on the adjectival ratings for each of three factors (Corporate Experience, Safety, Small Business and Past Performance) and then provide an overall proposal rating, ranking and down-select of the five (5) most qualified Offers which will move to the Final Phase in the process.� Final Phase participants will receive the 100% plans and specification via Solicitation Amendment to continue the Source Selection process.� The final most qualified Offerors will be evaluated for all Factors, to determine the Best Value Offeror.� CONTRACT COMPLETION DATE:� Work under this contract shall commence within 15 days of contract award, and shall be completed within 1097 calendar days after contract award (this includes 15 calendar days for bond approval). Pricing should be valid for 90 days from the receipt of proposals. PRIMARY POINT OF CONTACT:� The primary point of contact for this procurement is Tonja D. Jenkins, Contracting Officer, at tonja.jenkins@navy.mil.� All questions must be in writing.� The Alternate Point of Contact is Eric Walker at eric.t.walker@navy.mil . REQUEST FOR INFORMATION (RFI):� Contractors are required to review the ENTIRE solicitation package before submitting questions.� All inquiries for the Prequalification Phase must be submitted no later than May 17, 2020 by 4:00 PM EST.� All inquiries must be submitted in writing and emailed to Eric Walker at eric.t.walker@navy.mil and copied to Tonja Jenkins at tonja.jenkins@navy.mil. SITE VISIT:� The Prequalification Phase involves Offeror past performance documents, and does not require a Site Visit.� The project Statement of Work and design specifications will be released during the Final Phase of the solicitation process.� A pre-proposal Site Visit will be scheduled and announced for the Final Phase participants via Solicitation Amendment. PROPOSAL DELIVERY:� Proposals for this solicitation will be accepted at two times.� PREQUALIFICATION PHASE PROPOSALS ARE DUE BY 10:00 AM (EST) ON MAY 28, 2021.� The Final Phase proposal submission date will be issued by Solicitation Amendment, and will only involve those firms selected to participate after the Pre-Qualification Phase. Proposals shall be submitted ELECTRONICALLY, as outlined in the attached solicitation.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d8075c3410b43ab9c29634c5d3bb251/view)
 
Place of Performance
Address: Annapolis, MD 21401, USA
Zip Code: 21401
Country: USA
 
Record
SN06009911-F 20210523/210521230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.