SOLICITATION NOTICE
Y -- DESIGN-BUILD BACHELOR ENLISTED QUARTERS AND ENLISTED DINING FACILITY, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA
- Notice Date
- 10/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Central Integrated Product Team, Attn: 5C02 1220 Pacific Highway, San Diego, CA, 92132-5190, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N62473-06-R-4011
- Response Due
- 12/13/2006
- Description
- THIS DESIGN BUILD SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 236220 Commercial and Institutional Building Construction. The Size Standard is $31,000,000. The work consists of Design Build of P-206 Bachelor Enlisted Quarters (BEQ) and Enlisted Dining Facility. The BEQ includes a maximum 68,620 square foot multi-story, masonry building with standing seam metal roof, mechanical/electrical systems, heating, ventilation and air conditioning, fire protection system, and site improvements. The Enlisted Dining Facility includes an approximately 22,000 square foot single story masonry building with standing seam metal roof, mechanical/electrical systems, heating, ventilation and air conditioning, fire protection system, site improvements, and food service equipment. Facility design will incorporation anti-terrorism and force protection features. In addition to P-206, the work will include, as a pre-priced OPTION, the Design Build of P-028, additional BEQ, of the same size, basic configurations and number of room modules, and adjacent to P-206 BEQ. The option may be exercised up to 180 calendar days following initial contract award. The Government will award a Firm Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation and is considered to be the BEST VALUE to the Government, price and technical factors considered. This procurement will consist of two (2) Phases. PHASE 1- Proposers will be evaluated on FACTOR 1 - Past Performance of Offeror and Offeror?s Team; FACTOR 2 - Experience and Qualifications of Offeror and Offeror?s Team, 2.1 Technical Qualifications and Experience of the Firms, 2.2 Technical Qualifications and Experience of Key Personnel, and 2.3 Design-Build Team?s Organization and Processes; FACTOR 3 Safety; and FACTOR 4 Support for Small Business, 4.1 Subcontracting Past Performance, 4.2 Commitment to Small Business Goals, and 4.3 Corporate Support. The highest rated proposers, up to five, will advance to Phase 2. The proposers qualified to go to PHASE 2 will be evaluated on FACTOR 5 - Technical Approach and Solution; and FACTOR 6 - Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to use trade-off processes when it may be in the best interest of the Government; to consider award to other than the lowest price proposers or other than the highest technically rated proposer; and to award to the proposer 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 AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS. SOLICITATION - The Government intends to issue PHASE 1 solicitation on our website at http://esol.navfac.navy.mil. Issuance of PHASE 1 is scheduled approximately for 13 November 2006, with an intended Fiscal Year 07, 3rd Quarter contract award. A preproposal conference will be scheduled approximately 2 weeks after issuance of the solicitation. A site visit will be held only during Phase 2. SOLICITATION/SPECIFICATION FOR PHASE 2 WILL BE ISSUED ONLY TO THOSE CONTRACTORS CHOSEN TO PROCEED TO PHASE 2. Prospective Offerors, Subcontractors, and Suppliers should immediately register on the web site in order to receive updates such as Amendments. The official plan holders list will be maintained and can be printed from the web. Amendments will be posted on the web site. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. In order to participate in this procurement, all offerors must also be registered in the Contractors Central Registration (CCR). The web site for CCR is http://www.ccr.gov. Inquiries in regards to the closing dates for proposals or the number of amendments issues, contact Ms. Linda Birnie at 619-532-4244, lindalou.birnie@navy.mil. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to Ms. Birnie. The estimated value of this project is between $24,000,000 and $27,000,000, with an additional $14,000,000 to $16,000,000 for the option. The estimated total time for completion will be approximately 720 calendar days from date of contract award.
- Place of Performance
- Address: Marine Corps Base, Camp Pendleton, California
- Zip Code: 92055-5229
- Country: UNITED STATES
- Zip Code: 92055-5229
- Record
- SN01171491-W 20061028/061026220918 (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 |