Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2012 FBO #4005
DOCUMENT

Y -- DESIGN/BUILD CONTRACT P-686 FORWARD OPERATING SITE PHASE 1 AND P-687 FORWARD OPERATING SITE PHASE 2 - Attachment

Notice Date
11/9/2012
 
Notice Type
Attachment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247013R3001
 
Response Due
11/24/2012
 
Archive Date
12/9/2012
 
Point of Contact
Michelle Gooden 757-322-8169 Lisa Sumpter
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE LIMITED TO U.S. FIRMS ONLY. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 26 NOVEMBER 2012. This is a two-step design/build construction project that will construct a secure compound including thirteen buildings on a site that is approximately 20 acres in size. MILCON project P-686 includes the following: An approximately 3,456 SM two-story Joint Operations/Communications Center (JOC) comprised of administrative areas, a command briefing area, conference rooms, video teleconferencing rooms (VTC) and associated communications support. The communications center portion of the JOC contains a data center on raised flooring and provides communications support for the entire compound. This entire facility will be designed and constructed as a sensitive compartmented information facility (SCIF). A concrete pad adjacent to the communications center provides a location for the outdoor portion of the communications equipment. An approximately 503 SM single-story Armory comprised of an armory, weapons maintenance room and separate ready rooms. An approximately 10,500 SM Aircraft Parking Apron. An approximately 6,331 SM three-story Berthing Facility to house 300 permanent personnel and up to 300 surge personnel. The rooms shall be sleeping rooms only with central toilet/shower facilities on each floor. The building shall also include spaces such as, but not limited, to laundry and housekeeping. An approximately 743 SM Fitness/MWR Facility that provides a common area for assigned and surge personnel who live in the berthing facility. An approximately 2,570 SM two-story Tactical Operations Center (TOC) composed of two modules for separate and simultaneous work for mission planning and consisting of administrative areas, planning areas, VTC rooms, associated communications support, storage for equipment and personnel gear, and ready rooms. This entire facility will be designed and constructed as a SCIF. An approximately 6,002 SM type III Aircraft Hangar to house and maintain P-8A and C130J aircraft. An approximately 2,236 SM Air Operations Center for aviation mission planning including administrative support areas, mission planning areas, VTC rooms, associated communications support, storage for equipment and personnel gear and ready rooms. This entire facility will be designed and constructed as a SCIF. MILCON project P-687 includes the following: An approximately 989 SM Training Facility that provides a space for group training events and meetings such as weapons instruction and first aid training. It includes a space for serving pre-cooked meals as required. Additionally, this building includes a medical area that has a basic treatment area, storage for medical supplies and a partial second story that includes toilets, showers and laundry facilities for 100 surge personnel. An approximately 1,503 SM single-story Vehicle Maintenance Shop to maintain, issue and receive military vehicles that includes drive-thru bays, a tool and parts room and office/administrative area. Directly adjacent to the building is paved motor pool parking for 45 military vehicles. An approximately 478 SM single-story Tactical Support Equipment (TSE) Facility to house and maintain specialized equipment. The building includes a customer service /gear issue area, office, secure storage, test bench and repair areas, parts storage and a bay for equipment installation on vehicles. An approximately 2,762 SM single-story Logistics Warehouse that provides storage for logistics and construction related materials. It includes a warehouse, secure storage, and administrative and training areas. An approximately 465 SM Engineering Facility that provides shop and office space for construction support personnel. An approximately 275 SM Container Storage Pad paved and fenced for container storage. An approximately 1,283 SM Maritime/Riggers Facility to support maritime and rigging operations including a high bay rigging area, warehouse space, planning and administrative areas, associated communications, equipment storage and a covered loading area. Additionally the project provides perimeter security fencing for the compound, civil site work, roads and utilities. A complete RFP package, including partial design(s), will be provided with the Phase II solicitation. The period of performance is approximately 24 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 design to budget amount is $218,500,000. This solicitation is open to both large and small businesses provided that they are US firms with US design teams. The design team shall be US Citizens. A portion of the facility shall be constructed by US citizens with an adjudicated final SECRET security clearance. This contract will require a Performance Bond pursuant to FAR 52.228-15 through an approved surety under the United States Treasury Department Circular 570. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about 26 November 2012. Proposal due date will be on or about January 10, 2013, 2:00 p.m. Eastern Standard Time North America. The solicitation will be formatted as an RFP in accordance with the requirements designated by Federal Acquisition Regulation (FAR) 15.203 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 proceed to Phase II. The evaluation factors for Phase I are as follows: Technical Approach, Experience and Past Performance. 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: Safety, Technical Solution, Energy and Sustainable Design, and Schedule. *A site visit to Camp Lemonnier, Djibouti will be required for this procurement. Offerors will have the opportunity for a site visit during Phase I or Phase II of the solicitation. Due to the geographic location of this site, it is recommended that interested firms make pre-arrangements for travel (immunizations, etc.), base access and any other necessary requirements for overseas travel, as the Phase I solicitation will be limited to 45 days and the Phase II solicitation will be limited to 60 days.* The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.neco.navy.mil and www.fbo.gov. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder ™s list off the Internet, if necessary. The official plan holder ™s 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 offerors ™ responsibility to check the website(s) periodically for any amendments to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) 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 SAM website can be accessed at www.sam.gov. Reference is made to FAR Clause 52.204-99 (DEV), System for Award Management Registration (August 2012) (DEVIATION). You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about the Phase I proposal, please contact Michelle Gooden at michelle.gooden@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013R3001/listing.html)
 
Document(s)
Attachment
 
File Name: N6247013R3001_13-R-3001_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6247013R3001_13-R-3001_Synopsis.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247013R3001_13-R-3001_Synopsis.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02928725-W 20121111/121109234021-287951d0b5dce0cc47b05e30a499f7d7 (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.