Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SPECIAL NOTICE

Z -- Phase-One of the Design Build Selection Process for Renovations to the Existing Masonry Building at NOAA’s Hawaiian Islands Humpback Whale National Marine Sanctuary, Kihei, Hawaii.

Notice Date
6/15/2012
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133-12-RP-0080
 
Point of Contact
STEPHANIE M. GARNETT, Phone: (206)526-6384
 
E-Mail Address
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Project Planning and Management Division - Western Region (PPMD-WR) seeks a design-build contractor to perform renovations to the existing Masonry Building at the Hawaiian Islands Humpback Whale National Marine Sanctuary (HIHWNMS) Headquarters, located in Kihei, HI (Island of Maui). The design/renovation is to include an interior renovation to convert the Masonry Building from an educational center to a combination office, wet laboratory. NOAA anticipates awarding a firm-fixed-price design-build contract utilizing a two-phased selection process. This notice represents phase one. To be considered under this solicitation, firms must possess specialized experience with the design-build construction process. Based on the responses received for phase one, the Government intends to select at least two, but no more than five, of the most highly-qualified design-build firms to submit proposals for phase two. In the event that only one proposal is received for phase one, the Government elects to continue with phase two with the one proposal received (if it is determined to be a technically qualified). The offeror(s) selected for phase two of this evaluation process will be announced in a special notice on the Federal Business Opportunities (FBO) website. No detailed cost information should be submitted with the phase one submissions. Offerors selected for phase two will be asked to submit both a technical and price proposal based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "Best Value" offeror. Debriefings will be made available after contract award. Architect-Engineering (A-E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in this design-build process. The North American Industry Classification System (NAICS) Code for this requirement is 236220, and the U.S. Small Business Administration Size Standard is $33.5 Million dollars. This requirement is 100% set aside for small business concerns. The estimated range for this contract, including the design and construction, is between $250,000- $500,000. BACKGROUND: The Masonry Building is a single-story, 1,800 SF building of concrete-masonry-unit (CMU) construction that was built in 1954, and was originally used as an electronics building for the U.S. Navy. Ownership of the building was transferred to the National Ocean Service (NOS) in 1994. Since then, it has been used as an Educational Center. The Masonry building is 60' long and 30' wide. It has a concrete (slab) floor, a gabled roof supported by wood trusses, and an open ceiling. The height from the finished floor to the bottom of the truss is 10'-11". The main portions of the interior walls are painted CMU. The portion above the main walls is tongue and groove, gable walls. The Scope of Work for this project includes, the design/renovation of the interior of the building to make it a fully functional office-wet lab building, complete with areas for kitchen appliances, copier, washer/dryer (stackable), mechanical room, conference room, bathroom (toilet, sink, and shower), classroom/wet laboratory, reception area, offices, modular office area, and storage. The design must be developed to the 100% design level. Schematic drawings (35%) and a basis of design narrative for the renovation of the Masonry Building as described above were prepared by Ferraro Choi and Associates in December 2008. The drawings were part of a design package for renovations of Main (Administration) Building and the Masonry Building. EVALUATION: Evaluation of the responses received for phase one will be based on the following criteria, listed in descending order of importance: 1. Past performance, demonstrating quality of work, professional expertise, technical competence, and ability to effectively schedule and manage a multi-disciplinary work force. Offerors shall submit past performance information from at least three (3) recent prime contracts completed within the past three years. Please include the name of the previous customer, contracting agency, address, phone number, contract number, dollar value, date of contract, period of performance, place of performance, and a brief description of contract work scope. Offerors should note that the Government expects to make use of past performance data from sources other than those provided in response to this evaluation factor. 2. Extent of design/build experience, especially experience which demonstrates that the offeror's current A-E/construction company partnership has worked well together. 3. Demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis and a commitment to improving on the initial design concepts without adding to the overall project cost. Firms must also provide evidence of their ability to obtain bonding to the upper limitation of the estimated range stated for this requirement. SUBMISSION REQUIREMENTS: Design-build firms/teams that meet the requirements of this announcement are invited to submit a Standard Form (SF) 330, U.S. Government Architect-Engineer Qualifications form. SF 330s are formatted for Architect-Engineer (A-E) and related services, but this form will be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at the following website: http//www.gsa.gov. Firms are also invited to submit a Letter of Interest and an organizational chart of the team. The organizational chart shall include names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only the extent that it further substantiates (via drawings and photographs) the relevant project work specifically described on the SF 330. Submissions must not exceed twenty (20) single-sided pages (exclusive of the SF330 forms). Any pages in excess of 20 will be disregarded and will not be included in this evaluation process. Firms shall submit four (4) copies of their qualifications and additional information requested herein no later than 2:00 p.m. (local time) on July 16, 2012. Submittals will only be accepted in hard copy at the following address: Western Acquisition Division 7600 Sandpoint Way NE, WC3 Seattle, WA 98199 Attn: Contract Specialist - Stephanie Garnett For inquiries and clarifications, the primary point of contact is Stephanie Garnett, Contract Specialist, telephone number: (206) 526-6384, e-mail address: Stephanie.M.Garnett@noaa.gov. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Note: This announcement is NOT a Request for Proposals (RFP).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133-12-RP-0080/listing.html)
 
Place of Performance
Address: Hawaiian Islands Humpback Whale National Marine Sanctuary, Kihei, Hawaii, United States
 
Record
SN02777124-W 20120617/120615234740-c20183f1ef4c5d0445ef9b77e19a6470 (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.