Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2008 FBO #2274
SOLICITATION NOTICE

C -- Construction of a new Marine Corps Reserve Center and Vehicle Maintenance Facility at Wright Patterson Air Force Base, Dayton, Ohio. This is an unrestricted procurement.

Notice Date
2/15/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008308R0054
 
Point of Contact
Katie Kuehn 847-688-2600 x 103
 
Description
SYNOPSIS: This solicitation is being issued on an unrestricted basis inviting full and open competition. This is a two-step design/build construction project, Request for Proposals, Number N40083-08-R-0054. It is the intent and objective of the Government to obtain services including labor, material, transportation, equipment and supervision required to construct two (2) buildings at the Wright Patterson AF base in Dayton Ohio. The new Marine Corps Reserve Center administration facility (36,231sf ) will be located near gate 15. The new VMF will be located close to the new MCRC administration facility. New facilities will be connected to the existing base electrical emergency power and utilities. Air Force BEAP requires precast concrete as an exterior wall finish system to match existing precast concrete structures. Concrete block exterior walls are not acceptable according to base Air Force BEAP requirements. The facilities will be fully sprinkled for fire protection. Information systems, heating, ventilation and air conditioning will be provided. POV and Tactical vehicle pavement for parking; and site fencing is required. Marine Corps Reserve Center will require administr ation offices, classrooms, drill hall, medical offices, medical equipment storage, and personal vehicle parking for reservists to support the mission of the MP Company C. The Vehicle Maintenance Facility will provide two enclosed vehicle maintenance bays along with support spaces arranged appropriately providing sufficient space for the maintenance of the Battalions military vehicles. Included in adjacent areas to the VMF are a washrack, Quadcon storage area, a portal ramp and tactical vehicle parking. The successful proposer will be required to validate the design against the RFP requirements and accept design responsibility (i.e. sign and seal design drawings and specifications by registered professional engineers and architects). The RFP will provide the project program, site survey, hazardous materials investigations, and prescriptive and performance specifications. The RFP will not include a floor plan or design solution. The estimated cost of the entire project is in the range of $9,500,000 to $10,500,000. The NAICS Code for this proposed procurement is 236220, Commercial and Institutional Building Construction and the annual size standard is NTE $31 Million. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about 1 March 2008. Proposal due date will be 28 March 2008, 2:00 p.m. Central Time. The solicitation is formatted as an RFP in accordance with the requirements designated by sections of FAR 15.203 and NFAS for a negotiated procurement utilizing the Two-Phase Design-Build section procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors? proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. This solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Past Performance and Relevant Project Experience, Technical Qualifications, Small Business Sub-Contracting Effort, and Management Approach. Upon determination of the contractors advancing to Phase II, those offerors will receive an RFP containing current and future design specifications. Phase II will include the following evaluation factors: Past Performance and Relevant Project Experience, Technical Qualifications and Management Approach (same as Phase I unless conditions change); Small Business Sub-Contracting Effort; Conceptual Facilities Design; Durability, Maintainability, Sustainability of Building Systems; and Project Schedule and Phasing. The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. The download time may be excessive, but all contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list off the Internet, if necessary. The official plan holders list will be created by registration and be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments, therefore it is the offerors? responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense 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. The CCR website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about Phase I proposal, please contact Katie Kuehn, 847-688-2600 extension 103, or email katie.kuehn@navy.mil.
 
Record
SN01510469-W 20080217/080215231123 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.