Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

Y -- DESIGN/BUILD P059 P-8A AIRCRAFT SYSTEMS INTEGRATION LAB, NAVAL AIR STATION, PATUXENT RIVER

Notice Date
8/14/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, ROICC Pax River, N40080 NAVFAC WASHINGTON, NAS PATUXENT RIVER/FEAD 22445 Peary Road Bldg 504 Patuxent River, MD
 
ZIP Code
00000
 
Solicitation Number
N4008009R3026
 
Response Due
9/18/2009
 
Archive Date
10/3/2009
 
Point of Contact
Leslie Sherman (301) 757-4981 Barbara Thompson (301) 757-4918
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 100% Small Business Set-Aside Procurement. The NAICS Code for this solicitation is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000 dollars. The design build budget is approximately $5,000,000 dollars. This project is for a design-build contract to construct a one-story laboratory building addition of approximately 8100 square feet to existing office building 2865 within a partially heavily wooded area just south of the existing office building. The existing development consists of the existing two-story office structure, asphalt parking area, and associated utilities. Along with the proposed building, this project includes a driveway connection to the existing parking lot and drainage improvements to connect to the existing adjacent storm water management system. Extension of existing sewer will be required. In addition, the project requires relocation of an existing gas main and connection of utility services (gas, electric, communications, water, fire sprinkler lines) to support the new facility. The facility will be designed and configured to uniquely house a P-8A cockpit and section of fuselage along with associated electronic support equipment and workstations, conference room, SCIF room, restrooms, a receiving area with a roll up door, mechanical room, electrical room, and janitor closet. The facility will be constructed on a concrete pile foundation, with structural steel framing, combination masonry/insulated metal panel wall system and a built-up roof. The facility will require secure access, raised deck flooring with under floor cooling and ventilation, under floor and overhead cable trays, under floor electric outlets, 400Hz and 28 VDC power, an uninterruptible power supply (UPS), emergency power cut off witches, grounding bus bars, dimmable fluorescent lighting, and lightning protection. Facility will meet DCID 6/9 security requirements, ADA criteria, ATFP requirements and be LEEDS certifiable. This procurement will be conducted in one phase. The technical evaluation factors are: Factor 1 - Relevant Experience of the Construction TeamFactor 2 - Relevant Experience of the Design TeamFactor 3 - Safety Performance HistoryFactor 4 - Solicitation ComplianceFactor 5 - Past Performance The technical evaluation factors when combined are approximately equal to price. The relative order of importance of the technical evaluation factors, Factors 1 through 5, are equal in importance to each other. The Government reserves the right to reject any or all proposals an any time prior to award, to negotiate with any or all Offerors, and to award to the Offeror submitting the proposal determined by the Government to be the most advantageous. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WTIHOUT DISCUSSIONS. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals prior to award. This acquisition will result in a FIRM FIXED PRICE contract acquired through FAR Part 15 using Best Value, Trade-off selection procedures. This solicitation will be issued as N40080-09-R-3026. The solicitation for this procurement will be issued on Monday, 17 August 2009. The date/time for receipt of proposal will be 18 September 2009, 2:00 PM (EDT). This solicitation will be available in electronic format only. All documents will be Adobe Acrobat PDF file format. The address is: https://neco.navy.mil/. Inquiries shall be emailed to Leslie Sherman, leslie.sherman@navy.mil (301) 757-4891 and Barbara Thompson, barbara.a.thompson@navy.mil (301) 757-4918.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40080PAX/N4008009R3026/listing.html)
 
Place of Performance
Address: Naval Air Station, Patuxent River, MD<br />
Zip Code: 20670<br />
 
Record
SN01913095-W 20090816/090815003649-65edff38536bf3bfbcd39cd857bf3d0d (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.