SOLICITATION NOTICE
Y -- N40085-07-R-0426 - DESIGN/BUILD, P-471 MILCON, SEAL TEAM OPERATIONS AND SUPPORT FACILTY, NAVAL AMPHIBIOUS BASE LITTLE CREEK NORFOLK, VIRGINIA
- Notice Date
- 8/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N40085-07-R-0426
- Response Due
- 10/2/2007
- Archive Date
- 10/17/2007
- Description
- This procurement is a Two Phase Best Value Source Selection for the design and construction of P-471 MILCON, SEAL Team Operations and Support Facility, Naval Amphibious Base Little Creek, Norfolk, Virginia. A contract will be awarded to the best value offeror in accordance with FAR Parts 15 and 36 using the Best Value Source Selection procedures. The contract will provide the following: a new multi-story building supported on piles for Special Operations Forces (SOF) Operations Facility for USSOCOM, and multi-story additions to existing buildings 3808 and 3841. The project includes insulated wall panels with steel frame superstructure supported on pre-stressed concrete pile foundations, concrete floor and roof supported on metal deck, emergency electrical generators, fire protection, physical security equipment, local area network, heating, ventilation and air conditioning; furniture, furnishings and equipment; utilities, parking, compound fence, demolition of Bldg. 3814, and site preparations and improvements. The work must be phased to allow occupants of Bldg. 3814 to relocate to another facility that is currently under construction elsewhere. Building 3841 is currently under construction, however, that work will be complete by the time this contract is awarded. The funding available for the base bid is $30,200,000. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The Phase I written technical proposal will address Corporate Experience, Past Performance, and Safety. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of five (5) offerors will be selected to submit Phase II proposals. The proposal due date for Phase II will be established by amendment after the completion of Phase I. The technical evaluation ratings from Phase I will carry over to Phase II for an overall rating of technical factors. Phase II of the solicitation shall be comprised of a written small business subcontracting plan, technical approach, and price, which will be evaluated in accordance with FAR Part 15.3. Phase II proposals will be evaluated based on all technical factors (Factors 1-5) and price factor. All technical factors are of equal importance. Technical sub factors within technical factors 1, 2, 4, and 5 are of equal importance. Technical Factor 3, sub factors A, B, C, and D are listed in descending order of importance. Technical is approximately equal to price. The Basis of Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The Phase I Request for Proposal (RFP) will be issued on or about 30 August 2007. Tentative date/time for submission of Phase I proposals will be on or about 2 October 2007, 2:00 PM (EDT). This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view PDF files, can be downloaded from the Adobe website. The official access to this solicitation is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitation website. Only registered Contractors will be notified by email when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Technical inquiries shall be faxed to 757-322-4611, Attention: Kirsten I. Johnson, Code OPHRAQ6 or email at Kirsten.johnson@navy.mil. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31 million. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at www.ccr.gov. All offerors must submit Representations and Certifications via the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. The cost range for this project is between $25,000,000 and $100,000,000.
- Place of Performance
- Address: Naval Amphibious Base Little Creek, Norfolk, Virginia
- Zip Code: 23521
- Country: UNITED STATES
- Zip Code: 23521
- Record
- SN01367865-W 20070811/070809222426 (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 |