SOLICITATION NOTICE
Y -- Special Operations Facility (Two-Phase, Design/Build), Coastal Systems Station, Panama City, FL
- Notice Date
- 1/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
- ZIP Code
- 29406
- Solicitation Number
- N62467-03-R-0093
- Point of Contact
- Susan King, Contract Specialist, Phone 843-820-5632, Fax 843-818-6880, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
- E-Mail Address
-
kingsm@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
- Description
- THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION WITH A 10% HUBZONE EVALUATION PREFERENCE. This procurement is for the award of a Design Build contract. Two-Phase, Design-Build Request for Proposal (RFP) procedures will be utilized. The solicitation will be a Design/Build project of a new multi-story 4391SM (47,266 SF) Engineering Research Facility including a Boathouse, Project Assembly Area, Dive Locker, and Laboratory and Support Spaces for Naval Special Warfare (NSW). The structure will be a structural steel and/or concrete frame, metal and/or built-up roofing, concrete/pile foundation and brick veneer and stucco exterior walls. The facility will have an automatic sprinkler system, Intrusion Detection System, HVAC and an elevator. Several buildings will be demolished to make room for this new facility. Special features include a Sensitive Compartmented Information Facility (SCIF), exterior roll-up doors, high bays with overhead crane, loading dock, forklift-rated floors, dockside crane, and launch ramp. Pile construction with grade beams, test tank and fenced secure storage area. Demolition will be included in this project. Total demolition is 2581 SM (27,786 SF). Demolition will require removal and disposal of Asbestos Containing Material (ACM). Funds available for design and construction of the project are between $8.7 million and $9.7million. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE, to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to no more than five (5) offerors based on design-build factors that include: FACTOR A-PAST PERFORMANCE (Design and Construction); FACTOR B-SMALL BUSINESS SUBCONTRACTING EFFORT; FACTOR C-TECHNICAL QUALIFICATIONS (Design and Construction); FACTOR D-MANAGEMENT APPROACH. THERE ARE NO PLANS AND SPECIFICATION FOR PHASE I SUBMITTAL. Technical and Price Proposals for Phase II will be issued to ONLY those firms determined in Phase I to be the most highly qualified. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated; and award to the offeror submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND SELECT THOSE FIRMS TO PROCEED TO PHASE II AND/OR SELECT PHASE II OFFERORS WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, Phase II proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded and opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. The Government intends to issue the Phase I RFP electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil on or about 03 FEB 2003. Phase I proposals will be due 05 MAR 2003. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The Phase II RFP, including the plans and specifications, will be posted at a later date on the NAVFAC website for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the Phase II plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paul Brooks at (843)743-2500, ext 24. The FAX number for DAPS is (843)743-2505. The official planholders list will be maintained on and may be printed from the website. Amendments will be posted on the website for downloading. This will be the only method of distributing amendments therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries concerning date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843)820-5923. Technical inquiries prior to RFP must be submitted in a sufficient amount of time for a response prior to RFP response date. Inquiries should be sent to Susan King, fax (843)818-6880 or e-mail kingsm@efdsouth.navfac.navy.mil. Results of proposals will not be made available until after award. The NAICS code is 236210: Industrial Building Construction and Size Standard $28.5m. When the Government proceeds to Phase II, an amendment with plans and specifications will be issued to only the short-listed firms for their technical and price proposals in accordance with Phase II criteria.
- Place of Performance
- Address: Coastal Systems Station, Panama City, FL
- Record
- SN00236429-W 20030111/030109213622 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |