Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
SOLICITATION NOTICE

Z -- Design and Construct Mid-Life Renovations for Portions of Annex A, Chase Hall Barracks, USCG Academy, New London, CT

Notice Date
5/19/2009
 
Notice Type
Presolicitation
 
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-3EFK09
 
Archive Date
7/29/2009
 
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
(donna.e.miller@uscg.mil, cheryl.p.allen@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The project acquisition strategy is a best value, two-phase Design-Build procurement. The acquisition is for the design and construction/renovation of the southern and northern portions of Annex A of Chase Hall Barracks. The Base Bid and Optional Bid Items include the renovation of areas of Annex A within the southern and northern portions of the basement and 1st and 3rd floors and the entire attic. The renovations shall consist of the following: New heating, ventilation and provisions for future air-conditioning Addition of a fire detection and alarm system Installation/replacement of a fire protection sprinkler system Communications systems modernization Electrical systems modernization Interior finishes repairs and modernization Abatement of asbestos containing building material Encapsulation/disposal of lead based paint (LBP) Toilet/shower spaces fire protection/alarm systems and ventilation upgrades The Base Bid renovations in Annex “A” includes an approximate SF quantity for the 1st – 3rd Floors of 40,000 SF (+/-). The remaining renovations include the basement, mechanical equipment spaces, berthing rooms, corridor and support spaces, trunk and miscellaneous storage and the attic. Optional Bid Item 0001 includes an approximate SF quantity for the 1st -3rd Floors of 6,000 SF (+/-). Optional Bid Item 0002 includes an approximate SF quantity for the 1st -3rd Floors of 6,000 SF (+/-). Optional Bid Item 0003 includes providing humidification for the HVAC make-up air system. The estimated magnitude of this construction project is between $5,000,000.00 and $10,000,000.00. The applicable North American Industry Classification System (NAICS) for this acquisition is 236220 and the small business size standard is $33.5 Million. The estimated time for completion is 730 days. THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. 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 five (5) 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 Technical Factors: (1)Past Design-Build Performance Renovation of College/University (and equivalent military type) Educational Dormitories (Design/Build Team) (2)Corporate Experience A. Construction Team B. Design Team (3)Organization and Key Personnel (4)Design/Build Management Approach PHASE II - FACTORS Technical 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 June 10, 2009. The approximate date for receipt of Phase I proposals for Solicitation HSCG47-09-R-3EFK09 is July 14, 2009 at 2:00 P.M. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-09-R-3EFK09/listing.html)
 
Place of Performance
Address: USCG Academy, New London, Connecticut, United States
 
Record
SN01822699-W 20090521/090520002221-c5f0606eab9f24f4f691fd8083414e52 (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.