Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

Y -- Design/Bid/Build Additions to the Headquarters, Supreme Allied command Transformation (SACT) Building, Naval Support Activity (NSA), Norfolk, VA

Notice Date
3/23/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5041
 
Point of Contact
Holly Newton 757-322-1030
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads Integrated Product Team, Norfolk, Virginia, received approval from the NATO Infrastructure Committee to follow the National Competitive Bidding Plus (NCB+) with the opportunity for the NATO member countries to nominate their individual country's firms. This procurement is a Single Phase Best Value Source Selection for the new construction, demolition, alteration, and repairs for Additions to the Headquarters, Supreme Allied command Transformation (SACT) Building, Naval Support Activity (NSA), Norfolk, VA. A firm fixed price contract will be awarded to the best value offeror in accordance with FAR Parts 15 using the Best Value Source Selection procedure. The contract will provide the following: the construction of 4,930 Square Meter (SM) of additions for office and support functions to SACT HQ's Building NH-31; demolition of the existing building NH-31B and construction of a new facility to replace this building; and the construction of a separate 3,045 SM office building to accommodate the National Liaison Representatives (NLR), under authority Serial 2005/9HQ25004. Also, the project includes the removal and replacement of a portion of an existing road, increased parking area, and increased and improved supporting infrast! ructure. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The estimated price range of this construction project is between $25,000,000 and $100,000,000. In order to allow work to continue in SACT there will be phasing of the work for annexes, utilities, and parking. Phase 1: Mobilize and construct new NH-31parking lotsPhase 2: Construct NH-31 AdditionsPhase 3: Vacate Modular Buildings, demolish modulars, and demolish Blandy RoadPhase 4: Construct NLR and NLR parking lotPhase 5: Demolish existing NH 31B and construct new NH 31B The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The Technical proposal will address Corporate Experience, Past Performance, Safety and Support for Small Business Subcontracting Effort. Proposals will be evaluated based on all technical factors (Factors 1-4) and price factor. The relative order of importance of the technical evaluation factors and sub-factors is Factors 1 through 4 are approximately equal in importance to each other. Subfactors within technical factors 3 and 4 are of equal importance. Technical evaluation factors are equally weighted and when combined are 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 Request for Proposal (RFP) is anticipated for release on or about 29 June 2008. Tentative date/time for submission of Phase I proposals will be approximately 60 calendar days after release of the RFP. The solicitation will be listed as N40085-09-R-5041 in the Navy Electronic Commerce Online (NECO) at: https://www.neco.navy.mil. A Vendor User Guide is available for download in the site, as well as NECO Help Desk contact phone number for any issues/questions. Ensure you register in the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Holly ! M. Newton, Phone: (757) 322-1030, Email: holly.newton@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26448a412cf75ec38217e7d3ed5dec84&tab=core&_cview=1)
 
Record
SN01775339-W 20090325/090323215342-26448a412cf75ec38217e7d3ed5dec84 (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.