SOLICITATION NOTICE
Z -- Renovations to Bachelor's Enlisted Quarters
- Notice Date
- 9/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
- ZIP Code
- 20374-5018
- Solicitation Number
- N62477-04-R-0304
- Response Due
- 10/5/2004
- Archive Date
- 10/20/2004
- Point of Contact
- Wanda McQueen, Contracting Officer, Phone (202) 685-3188, Fax (202) 433-7077, - Tammy Crouse, FBO Location Coordinator, Phone (202) 685-3162, Fax (202) 433-7077,
- E-Mail Address
-
wanda.mcqueen@navy.mil, crousetl@efaches.navfac.navy.mil
- Description
- Construct a 5,525 square meter Bachelor Enlisted Quarters at the Marine Corps Base, Quantico, Virginia. The facility shall provide 130 rooms (260 man spaces) in standard 2X0 room configurations with semi-private bathrooms. Facility shall include an elevator, laundry facilities, lounges, administrative offices, housekeeping areas, support spaces and public restrooms. The facility and site shall meet ADA requirements and shall contain sustainable design features. Systems shall include fire alarm, energy saving monitoring, and control system, information system, fire sprinklers, HVAC, air conditioning, and other systems as described in the Request for Proposal. Site and utility connections include water, sanitary, storm sewers, electrical telephone, local area network, and cable television and other systems described in the Request for Proposal. Site improvements include paved parking, sidewalks, roadway access and landscaping. Anti-terrorism/Force Protection features are also required. This is a design-build project that will be procured utilizing a two-phase process per FAR Part 36. The estimated cost of construction is between $10M and $25M. Offerors must respond to the Phase I factors ONLY by 2:00 p.m. EST on 5 October 2004. Please mail an original and three copies to the above address or deliver to the mail room on the 1st floor of Bldg. 212. Electronic submissions will not be accepted. Please note that a solicitation is NOT being issued at this time. The solicitation will only be issued to the most highly qualified offerors after evaluation of Phase I submissions. The technical factors identified below are equal in importance to each other. Offerors will be assigned a technical rating based on their response to Phase I. An overall rating will be assigned to the technical proposal following the evaluation of Phase II. PHASE I. Factor 1 - Relevant Experience (Construction Team). Provide a maximum of five relevant projects, performed within the past ten years that are similar in size, scope, function and complexity to the subject project. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information: Contract Number & Type (i.e., fixed price, cost); Contract Title; Customer and Contracting Officer points of contact and phone numbers; Original Award Amount; Award Date; Original Completion Date; Final Amount; Final Completion Date. Factor 2 - Relevant Experience (Design Team). Provide a maximum of five relevant projects, performed within the past ten years that are similar in size, scope, function and complexity to the subject project. In addition to a description of your relevant experience for each listed project, the offeror shall provide the following information: Contract Number & Type (i.e., fixed price, cost); Contract Title; Customer and Contracting Officer points of contact and phone numbers; Original Award Amount; Award Date; Original Completion Date; Final Amount; Final Completion Date. Factor 3 ? Design and Construction Team Relationship. Describe the relationship between the design team and the construction contractor. Identify if any of the projects previously listed were design/build and performed by the proposed design/build team for this project. Additionally, the offeror may highlight any other projects performed by the proposed design/build team to further demonstrate your relationship. For additional projects identified, provide a point of contact and phone number of an individual knowledgeable of your performance. Describe the A/E?s involvement in the construction phase and the Contractor?s involvement during the design phase. Describe how quality control will be integrated into your proposed teaming approach and the A/E?s involvement in quality control throughout the project. Provide a narrative of no more five pages. Factor 4a ? Subcontracting History. Factor 4a is intended to obtain the offerors history of subcontracting to Small Business, Small Disadvantaged, Historically underutilized small zone small businesses, women owned small businesses, service disabled veteran owned small businesses, veteran owned small businesses and historically black college and university/minority institutes. Factors 4a and 4b are subfactors equal in importance to each other. Factor 4b will be evaluated under Phase II and an overall rating for this factor will be assigned. Offerors must address the following in sufficient detail to allow proper evaluation and rating: Provide SF-294 forms, "Subcontracting Report for Individual Contracts?, for projects identified under technical factor 1, Relevant Past Performance. If the reference projects were not DOD procurements and an SF-294 was not required, provide any other documentation showing compliance with the utilization of Small Business firms in each noted category. (e.g., Small, Small Disadvantaged, HUBZone Small, Veteran Owned small, Service Disabled Veteran Owned Small and Historically Black Colleges and Universities/Minority Institutions, if applicable). Include the dollar value and percentage of work (of total contract value) subcontracted to these entities. If goals were not met on the reference contracts, provide an explanation as to why. Provide information on any awards you?ve received within the past three (3) years for outstanding support to the small business community. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on the DOD contracts submitted under (a) above. Provide information on existing or pending mentor-prot?g? agreements. Provide information, if available, on use of Community Rehabilitation Programs organizations certified under the Javits-Wagner O?Day Program (JWOD) by NISH or NIB. PAST PERFORMANCE. Past Performance information is one indicator of an offeror?s ability to perform this contract successfully. This evaluation will include the performance history of both the construction entity and the design entity. The currency and relevancy of the information, source of information, context of data, and general trends in a contractor?s performance shall be taken into consideration. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the offeror to the other competitors and establishes a level of confidence or risk for successful performance under this contract. Past Performance findings will influence the relative standing of the offeror. Findings will be used to validate proposals against established criteria. By contacting references provided under Factors 1, 2 and 3, the Government will evaluate the offerors past performance. Offerors are authorized to provide information on problems encountered on the identified contracts and corrective actions taken. In investigating the contractor?s past performance, the Government is not limited to the references submitted but may rely on other sources as well. Evaluation of Past Performance will be a subjective assessment. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services as well as fair and reasonable pricing. The Government will evaluate the offeror?s record of conforming to specifications and standards of good workmanship, and will evaluate the offeror?s record on cost control/change orders and adherence to contract schedules. Subcontractor management, safety management and other quality control programs will also be reviewed. The Government will examine the offeror?s record for reasonable and cooperative behavior and commitment to customer satisfaction, and in general, the offeror?s business-like concern for the interest of the customer. Offerors may be given an opportunity to address unfavorable reports of past performance, and the offeror?s response will be taken into consideration. A review of CCAS and ACAS may be performed. PHASE II. Factor 4b ? Subcontracting Plan (project specific). The Naval Facilities Engineering Command has established subcontracting targets of at least 73.7% of the subcontracting efforts to small business firms. Of the total subcontracted effort, the targets are a minimum of 3.1% to HUBZone Small Business firms, 15.3% to SDB firms, 13.8% to WOSB firms, 3% to SDVOSB firms. Large business firms will be evaluated against these targets with more credit given to firms who exceed these targets. NOTE: The Small Business Subcontracting Plan will be incorporated in the resultant contract. FAR 52.219-8, UTILIZATION of SMALL BUSINESS CONCERNS states in part, ?The Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance.? If the offerors does not intend to subcontract any of the work to small businesses, provide a detailed explanation as to why subcontracting would not result in efficient contract performance. Note: A detailed description of the offerors outreach programs is to be ncluded in item ?b?, Subcontracting Plan Effort, Subcontracting Plan, item #8(a). Definitions/Guidance: The Small Business Administration?s (SBA) Procurement Marketing and Access Network (PRONET) is an online, interactive electronic gateway of procurement information for and about small businesses. PRONET contains more than 195,000 company profiles of small businesses, small disadvantaged business, women owned small businesses, HUBZone small businesses, veteran owned small business, and service disabled veteran owned small businesses. Also listed are small disadvantaged business firms that have been certified by SBA. Use of SBA certified small disadvantaged business firms are mandatory for large businesses subcontracting work in accordance with DOD small business subcontracting plans. As of 01 October 1999, small disadvantaged business contractors and subcontractors must receive certification by SBA. Additionally, SBA must certify all HUBZone small businesses. The prime contractor is expected to make every effort possible to accomplish the targets as assigned. PRONET is available on SBA?s website page at http://www.sba.gov. Evaluation will include the extent of participation of small businesses in terms of the total value of the acquisition. Identify, in terms of dollar value and percentage of total proposed price, the extent of work you will perform as the prime contractor. Identify the extent of participation of small businesses in terms of the value of total acquisition. Submit with your proposal, a ?subcontracting plan? for this project which shall include the total contract value (including all option periods), the dollar value and percentage of the total subcontracted effort to LB, SB, SDB, WOSB, HUBZONE SB, VOSB, SDVOSB. Electronic copies of the Subcontracting Plan format can be found on the Internet at www.efdlant.navfac.navy.mil under Small Business Information, under the paragraph entitled Subcontracting Opportunities. If firm commitments to subcontract exist, list the subcontractors, by name. Otherwise, list the type of services to be subcontracted. If the subcontracting targets proposed are less than the NAVFAC subcontracting targets, provide supporting rational. JOINT VENTURES. If you are submitting an offer as a joint venture, identify, for each member of your joint venture, whether the member is a LB, SB, SDB, WOSB, HUBZONE SB, VOSB, and SDVOSB and the value in terms of dollars of the work to be performed by each member of your joint venture. The Government will evaluate your joint venture as either a large business or small business based upon the information provided in 1, directly above. AN EXAMPLE OF CALCULATION OF SMALL BUSINESS SUBCONTRACTING TARGETS IS PROVIDED: Total Contract Award Amount $1,000,000.00; Total Projected Subcontracting Dollars 200,000.00; Itemized List of Subcontracting Dollars: Total Subcontracted to Large Business (100% - 73.7% = 26.3%) $200,000.00 X 26.3%) 52,600.00 Total subcontracted to Small Business ($200,000.00 X 65%)147,400.00 Itemized List of Small Business Subcontracting: Total Small Disadvantaged Business ($200,000.00 X 15.3%)30,600.00 Total Women Owned Small Business ($200,000.00 X 13.8%) 27,600.00 Total HUBZONE Small Business ($200,000.00 X 3.1%)6,200.00 Total Service Disabled Veteran Owned Small Business ($200,000.00 X 3%) 6,000.00 Several important Federal Acquisition Regulation (FAR) clauses relevant to Small Business Subcontracting are listed below. FAR Clause 52.219-8 ? Utilization of Small Business Concerns FAR Clause 52.219-9 ? Small Business Subcontracting Plan FAR Clause 52.219-16- Liquidated Damages Subcontracting Plan FAR Clause 52.226-1 ? Utilization of Indian Organizations and Indian Owned Economic Enterprises DFAR Clause 252.219-7003 ? Small, Small Disadvantaged and Women Owned Small Business Subcontracting Plan (DOD Contracts) is also relevant. All small business certifications must fully comply with the requirements of the FAR. Definitions of applicable types of small businesses are found in the FAR provisions listed below. A complete copy of the FAR is available on the Internet at http://www.arnet.gov/far/. Note: All Small Business certifications must comply with the definitions found in the Federal Acquisition Regulations (FAR), Subpart 2 available on the Internet at http://www.arnet.gov/far/. Factor 5 - Construction Schedule Provide a narrative to demonstrate your team?s logic and sequence of events necessary for the successful completion of the Maintenance Hangar Type I (Greenside) and Aircraft Maintenance Hangar Complex (Whiteside) by March 2007. Include in narrative an estimated staffing, overtime scheduling, and equipment requirements to complete a project with this scope, size, complexity, and aggressive schedule. Factor 6 - Design Solution Provide schematic site plan, schematic floor plan (s), elevation and perspective indicating your proposed design solution (provide 11? x 17? drawings only). Plans and elevations shall illustrate how the offeror intends to meet requirements within the RFP. All drawings shall illustrate the incorporation of the UFC 4-010-01, Anti Terrorism Force Protection. PRICE Price shall be provided on the bid schedule included in the solicitation. Prices will be evaluated in terms of reasonableness based on a comparison of the government estimate and other prices received.
- Place of Performance
- Address: Marine Corps Base, Quantico Virginia
- Country: USA
- Country: USA
- Record
- SN00666488-W 20040909/040907212357 (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 |