Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17, 2001 PSA #2958
SOLICITATIONS

Y -- TWO-PHASE DESIGN-BUILD, RENOVATION AND SITE IMPROVEMENTS, MARINE CORPS RESERVE CENTER, GREAT LAKES, IL

Notice Date
October 15, 2001
Contracting Office
CO ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088-5600
ZIP Code
60088-5600
Solicitation Number
N68950-01-R-0017
Response Due
December 3, 2001
Point of Contact
Mrs. Lolita L. Batis-McCoy, Contract Specialist, 847-688-2600 X122
E-Mail Address
Contact the Contract Specialist via email. (batisll@efdsouth.navfac.navy.mil)
Description
[Commerce Business Daily: Posted in CBDNet on September 18, 2001] From the commerce Business daily Online via GPO Access [cbdnet.access.gpo.gov] Notice was posted to FedBizOps on 10/11/2001. This solicitation is set-aside for the Small Business Administration (SBA) program under section 8(a) restricted only to eligible 8(a) contractors located in the portfolio of the SBA/Chicago District Office, Illinois. This solicitation will be competed amongst eligible section 8(a) firms certified for participation in the 8(a) program which have NAICS Code 233310 (Sic Codes 1531, 1541), building construction, industrial, general construction contractors, size standard NTE $27,500,000. The Government is encouraging Mentor/Prot g and Joint Ventures agreements to enhance the capabilities of the prot g s and to improve their ability to successfully compete for federal contracts. This project is for renovation and site improvements, Marine Corps Reserve Center, Great Lakes, Illinois. This project will renovate existing Warehouse nos. 3220 and 3221 into vehicle maintenance facility and office space, install a closed loop vehicle wash rack system with a relocatable wash water recycling system, construct a generator storage shed, and accomplish all associated site improvements. The renovation of building nos. 3220 and 3221 includes, but is not limited to, replacing exterior wall siding containing lead and asbestos material, replacing and re-configuring the roof containing asbestos material, constructing interior walls, installing doors and frames, installing windows, installing wall, floor, and ceiling finishes, installing a heating, ventilation and air conditioning system to the office spaces and toilet rooms, and upgrading the electrical power supply feeder. Alternate design/construct solutions proposal: the contractor may propose to demolish the existing warehouses and construct new building(s) on the site. Related site work includes replacing the graveled parking areas with asphalt concrete for MilVan field, antenna field, and land area for re-locatable calibration lab. The government's desires the number of days for completion for the design and construction of the facility not-to-exceed 550 calendar days. The estimated budgeted cost range of this project is between $4.0-5.0 million. In accordance with FAR clause 52.236-1, contractors will be required to perform at least 15% of the work with its own organization. The solicitation will be formatted as a Request for Proposals (RFP) in accordance with the requirements designated by the Federal Acquisition Regulations (FAR) part 15 for negotiated procurements utilizing source selection procedures of FAR 15.3, Source Selection and FAR 36.3, Two-phase Design-build Selection Procedures. This solicitation will consist of two (2) phases. The phase I pre-qualification solicitation will be available on or about 10/31/2001 and will be available for viewing and downloading at internet web address: http://www.esol.navfac.navy.mil. Phase I is the pre-qualification and technical submittal and will be evaluated to determine which offerors will advance to phase II. Only those firms pre-qualified in phase I will participate and advance to Phase II which requires a technical solution and a price proposal. In Phase I, the offerors will be evaluated on the following factors: Factor A Past Performance, includes A1. Design Team Experience and A2. Construction Team Experience; Factor B Technical Qualifications of Key Personnel (Design/Construction), includes B1. Design Team Qualifications, B2. Construction Team Qualifications, and Factor C -- Management Approaches, includes C1. Management Approach, C2. Construction Quality Control, and C3. Safety and EMR. Phase II solicitation documents will be issued approximately 60 days after receipt of proposals for phase I. The phase II proposals will be evaluated on the offeror's technical proposal and price proposal and will be considered equally important. The phase II technical factors are as follows: Factor A -- Past Performance (same as Phase I unless conditions have changed); Factor B Technical Qualifications for Key Personnel (same as Phase I unless conditions have changed); and Factor C Technical Management Approach, includes C1. Design Solution narratives, C2. Conceptual Site Plan, C3. Conceptual building design, C4. Project Schedule and Phasing Plan, C5. Durability/Maintainability/Quality of Materials. The government will award a contract after evaluation of phase II proposals resulting from this solicitation to the responsive and responsible offeror, and determined by the government to be the "best value" to the government, price and technical factors considered equally. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. The government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the government to be the most advantageous to the government. Therefore, proposals should be submitted initially on the most favorable terms. NOTE: Firms submitting technical and price proposals will not be compensated for proposal preparation costs. All prospective offerors and plan rooms must register themselves on the NAVFAC internet web site. The official planholders list will also be created by registration on the http://www.esol.navfac.navy.mil web site. Amendments will also be posted on the web site for downloading. This will normally be the method of distributing amendments; therefore, it is the offeror's responsibility to check the web site periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until time of contract award. Effective 5/31/1998, all contractors submitting bids, proposals or quotes on DoD 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. This information will facilitate the government's transition to electronic commerce and electronic fund transfers for payment. To make registration simple, the DoD has implemented the capability to register in the CCR through the world wide web. The CCR website can be accessed through any DoD certified value added network or http://www.ccr2000.com. Reference is made to the RFP DFARs clause 252.204-7004, Required Central Contractor Registration (Mar 2000), Instructions, Conditions, and Notices to Offerors. You are encouraged to registered as soon as possible. All new contracts can only be made to contractors who are registered in the CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
Web Link
http://www.esol.navfac.navy.mil (http://www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20011017/YSOL003.HTM (W-288 SN5106G4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on October 15, 2001 by Loren Data Corp. -- info@ld.com