COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3, 2001 PSA #2989
SOLICITATIONS
Z -- RENOVATIONS TO HANGAR, NAS, JACKSONVILLE, FL
- Notice Date
- November 29, 2001
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
- ZIP Code
- 29406
- Solicitation Number
- N62467-02-R-0253
- Response Due
- December 27, 2001
- Point of Contact
- Susan Clark, Program Management Assistant, Phone 843-820-5775, Fax 843-818-6313, Email clarksm@efdsouth.navfac.navy.mil -- Susan Clark, Program Management Assistant, Phone 843-820-5775, Fax 843-818-6313, Email clarksm@efdsouth.navfac.navy.mil
- Description
- MODIFIED SYNOPSIS -- THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. This procurement is for the award of a Design Build contract. The Two-Phase Design-Build Request for Proposal procedures will be utilized for this procurement. The work will consist of design and construction of Renovations to a Hangar, located at Naval Air Station, Jacksonville, Fl to provide additional interior ceiling height of at least 15 feet to provide adequate space for a C40A aircraft, tailstand work platform and adequate clearances on all sides of the aircraft in accordance with manufacturer?s recommendations and Navy guidance. The work also includes removal and replacement of a concrete hangar deck as necessary to support the aircraft and jackstands; relocation of existing structural members as necessary to provide horizontal clearance; replacement of the hangar doors as necessary to allow the aircraft and tailstand to enter and exit the hangar; new parking stripping on the aircraft parking apron for the C40A squadron of four aircraft; striping from the apron into the hangar bay as well as inside the hangar bay; constructing of climate controlled seat storage spaces; new hangar fire suppression/protection systems including AFFF and water/runoff storage necessary to operate that system; relocation of existing hangar structure and mechanical/electrical systems as necessary to accomplish the hangar renovations. The work may include preparation of permits, approval requests or supporting documentation necessary to satisfy the responsible state and federal agencies, including historical preservation if required. The work includes all incidental related work to provide a complete and useable facility. The estimated cost for design and construction of the project is between $1,000,000 and $5,000,000. Price proposals will include total evaluated price, such as, base proposal, options, and evaluation of scope/design options within the Government?s published budget for award. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the ?best value? to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to approximately five (5) offerors (design-build firms or teams) based on design-build factors that include: (1) Past Performance, (2) Small Business Subcontracting Effort, (3) Technical Qualifications (Design and Construction) , and (4) Management Approach. There are no Plans and Specifications in Phase I. A maximum of five (5) firms will be selected to submit Technical and Price Proposals for Phase II and an amendment will be issued to those firms only. In Phase II, the competitive field will be required to submit technical and price proposals for the project. Price proposals will include total evaluated price, such as, base proposal, options, and evaluation of scope/design options within the Government?s published budget for award. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated; and award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND SELECT PHASE II OFFERORS WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. The Government intends to issue the Phase I Request for Proposals (RFP) electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about 21 November 2001. Phase I proposals will be due around 21 December 2001. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The Phase II RFP, including the plans and specs, will be posted at a later date on the NAVFAC web site for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the Phase II plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-4040. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about the date of receipt of proposals or the number of amendments, contact Susan Clark at (843) 820-5775. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to (843) 818-6313, Attn: Agnes Copeland, ACQ 12AC; or e-mailed to copelandap@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 23331: Manufacturing and Industrial Building Construction. The Small Business Size Standard is $27,500,000.00.=20 Phase I solicitation will be released on Monday 03 December 2001 with a due date of 27 December 2001. Once the government has determined those firms qualified to proceed onto Phase II, an amendment with plans and specifications will be issued. Only those firms will be allowed to respond with their technical price IAW Phase II criteria.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-02-R-0253/listing.h tml)
- Record
- Loren Data Corp. 20011203/ZSOL014.HTM (D-333 SN5140E0)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on November 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|