SOLICITATION NOTICE
Y -- P-048 Marine Corps Reserve Training Center, Joliet, IL
- Notice Date
- 3/5/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008310R0024
- Response Due
- 3/19/2010
- Archive Date
- 4/3/2010
- Point of Contact
- Terryll Zade, Contract Specialist 847-688-2600 ext 417
- E-Mail Address
-
Contact Contract Specialist
(terryll.zade@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS 100% SET-ASIDE FOR SBA CHICAGO DISTRICT 8(A) FIRMS ONLY. COORDINATION IS WITH THE SBA CHICAGO DISTRICT OFFICE. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY MARCH 19, 2010. This solicitation is being issued as a competitive 8(a) set a side for competition in the SBA Illinois District only. This is a two-step design/build construction project for the Marine Corps Reserve Center, Joliet, Illinois, Request for Proposals, #N40083-10-R-0024. It is the intent and objective of the Government to obtain design and construction services including labor, material, transportation, equipment and supervision required to design/build this construction project that will consist of a single structure housing separate parachute drying tower, organic equipment shed as well as a scuba/dive locker at the Reserve Training Center, Joliet, IL. Anti-Terrorism/Force protection (AT/FP) features include window glazing, and other associated construction costs. Electrical utilities include exterior and interior lighting. Mechanical utilities include fire protection water distribution, sewer piping and water distribution. Paving and site improvement includes grading, soil preparation, landscaping, sidewalks, storm drainage and parking lot. Sustainable features will be included in the design, development and construction for the project in accordance with Executive Order 13123 and other laws and executive orders. Construction will also include security lighting and perimeter fencing in accordance with all applicable DOD AT/FP guidance for primary gathering facilities. The period of performance is approximately 12 months after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The procurement is estimated at between $7,000,000.00 and $9,000,000.00. PERFORMANCE AND PAYMENT BONDS ARE REQUIRED. All interested 8(a) firms must have bonding capability. Phase I, Request for Proposals (RFP) will be available for viewing and downloading on or about March 19, 2010. Proposal due date will be April 19, 2010, 2:00 p.m. Central Standard 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 will proceed to Phase II. The evaluation factors for Phase I are as follows: Past Performance and Relevant Project Experience, Technical Qualifications, 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); Conceptual Facilities Design; Durability, Maintainability, Sustainability of Building Systems; and Project Schedule 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. All contractors are encouraged to attempt download prior to obtain the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holders list of the Internet, if necessary. The official plan holders list will be created by registration and will 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 offeror's 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 252204-7004, 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 the Phase I proposal, please contact Terryll Zade, 847-688-2600 extension 417, or via e-mail at terryll.zade@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008310R0024/listing.html)
- Record
- SN02084248-W 20100307/100305235251-06515b223b430762e2502ebbfbe3629d (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 |