Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2009 FBO #2644
SOLICITATION NOTICE

Y -- RESCUE SWIMMER TRAINING FACILITY, U. S. COAST GUARD SUPPORT CENTER, ELIZABETH CITY, NC

Notice Date
2/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-09-R-3EFK04
 
Response Due
12/1/2008
 
Archive Date
4/29/2009
 
Point of Contact
Donna E. Miller,, Phone: 757-852-3422, Cheryl P Allen,, Phone: 757-852-3415
 
E-Mail Address
donna.e.miller@uscg.mil, cheryl.p.allen@uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Y- PRE SOLICITATION SYNOPSIS This solicitation is for the design and construction of the Coast Guard (CG) Rescue Swimmer Training Facility (RSTF) at USCG Support Center Elizabeth City, North Carolina. The project acquisition strategy is a best value, two-step Design-Build. The new RSTF will be a single-story building with an outdoor sports-turf field. The RSTF shall be adjacent to Buildings 4, 6, and 8. The site is paved with concrete, which must be demolished and removed prior to construction. The RSTF is approximately 50,000 square feet. The RSTF space program includes but is not limited to: a Rescue Swimmer training pool (25m x 50m), a Modular Egress Training Simulator (METS) pool (35ft x 60ft), a fitness room with a sports trainer office, locker rooms, wet storage, lecture classrooms, inflatables lab, oxygen lab, pump shop, administrative offices, public areas, and facility support spaces. The RSTF shall also be designed to meet the Leadership in Energy and Environmental Design (LEED) “Certified” level. The Rescue Swimmer training pool shall be specialized and possess many technological features capable of simulating a real-world environment. This pool is the cornerstone of the RSTF and shall be equipped two 12’ jump towers, moveable bulkhead, wave generator, rotor wash simulator, fog generator, parachute hoist, ropes course, helicopter search light, dusk and night simulation, and a sound system to name a few features. Another significant space within the RSTF is the METS pool, which shall be used to provide emergency egress training. The METS shall provide a high degree of realism and flexibility through the use of moveable and interchangeable panels, bulkheads, seats, and exits. These modular components shall closely simulate the specific characteristics of the common Coast Guard helicopters. The lifting or hoist system shall provide a high level of safety, reliability, and user friendly options that are available for aircraft ditching training. The estimated magnitude of this construction project is more than $10,000,000.00. The applicable North American Industry Classification System (NAICS) for this acquisition is 236220 and the small business size standard is $31.0 Million. The estimated time for completion is 720 days. THIS PROCUREMENT IS 100% SET-ASIDE FOR THE HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) SMALL BUSINESS CONCERNS. (Status as a qualified HUBZone small business concern is determined by the Small Business Administration (SBA) and SBA will issue a certification to that affect in accordance with 13 CFR part 126) Offers that are not from qualified HUBZone small business concerns shall not be considered and shall be rejected. The Congress in authorizing and funding this project has established certain cost limitations for the project. No award can be made for the design and construction of this project which with allowances for government imposed contingencies and overhead exceeds the statutory authorization. Proposals whose price for design and construction exceed the funds available may be rejected. The solicitation, when issued, will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by FAR 15.203 for a competitive negotiated procurement utilizing the authorized Two-Phase Design-Build selection procedures of FAR 36.3. Proposals will be evaluated in Phase I to determine which offerors will be selected to submit proposals for Phase II. A maximum of seven (7) offerors will be selected to submit Phase II proposals; however, the Contracting Officer reserves the right to advance more or less than that number should the circumstances so dictate. Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase II stage of the Request for Proposals. The proposal due date for Phase II will be established by amendment after the completion of Phase I. Phase II proposals will be evaluated on technical factors and a price factor. Award will be made to the offeror whose proposal is determined to offer the best value to the Government. The areas of consideration for evaluation of proposals are detailed below: PHASE I – FACTORS (1)Past Design-Build Performance A.Construction of indoor swimming pools B.Construction of an aquatic multi-use training facility (2)Corporate Experience A.Construction Team B.Design Team (3)Design/Build/LEED Management Approach (4)Organization and Key Personnel PHASE II – FACTORS (1)Technical Approach (2)Particular Project Execution Strategies (3)Preliminary Project Schedule (4)Demonstration of Participation in E-Verify A solicitation for Phase I Request for Proposal (RFP) will be available for viewing and downloading on or about March 10, 2009. The approximate date for receipt of Phase I proposals for Solicitation HSCG47-09-R-3EFK04 is April 14, 2009 at 2:00pm EST in Norfolk, Virginia. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT http://www.fedbizopps.gov. Any prospective offerors and plan rooms MUST register on the website. The official plan holders list will be created from the internet registration and will be available from the website only. Amendments will be posted on the website for downloading. This will be the normal method of distributing amendments; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; to award to the offeror submitting the highest technically rated or the lowest total price proposal and to award to the offeror submitting the proposal determined to be the most advantageous Best Value to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE IN PHASE II WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. Unsuccessful offerors participating in Phase II of the project will not be eligible to receive stipends or compensation for proposal preparation costs. Offers will not be publicly opened. The number of offers received, the identify of 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: Offerors are required to be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Registration in the CCR database can be accomplished at the website http://www.ccr.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. *****HSCG47-09-R-3EFK04*****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea9864524e350487acd33de56e403947&tab=core&_cview=1)
 
Place of Performance
Address: U. S. COAST GUARD SUPPORT CENTER, ELIZABETH CITY, North Carolina, United States
 
Record
SN01753211-W 20090221/090219220311-ea9864524e350487acd33de56e403947 (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.