SOLICITATION NOTICE
Z -- REPAIR & IMPROVE BRIG BLDG 3247
- Notice Date
- 2/26/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, ROICC Quantico, Building 2004, PO Box 1855 Marine Corps Base, Quantico, VA, 22134-0855
- ZIP Code
- 22134-0855
- Solicitation Number
- N62477-99-R-1060
- Response Due
- 4/12/2002
- Archive Date
- 4/27/2002
- Point of Contact
- Margot Haycook, Contracting Officer, Phone (703) 784-5494, Fax (703) 784-2124,
- E-Mail Address
-
haycookmb@efaches.navfac.navy.mil
- Description
- PRE-SOLICITATION NOTICE N62477-99-R-1060 DESC: This project is UNRESTRICTED. The NACIS Code is 233320 and the annual size is $28.5 million. The work includes repairs and improvements to the existing Building 3247, Quantico Brig consisting of: providing automatic sprinkler system, automatic smoke detection, fire alarm system and related work; modify areas to include relocation of inmate receive/release area, new sally port, handicap accessible visitors toilets, interview rooms and expanded control center; replace roofing and related work; provide new cell doors and gates and related work; provide new corridor ceilings; provide repairs to ceiling, walls and floor finishes; provide new security system complete to include closed circuit cameras, video monitors, control interlocking devises and related work; replace and repair HVAC system; provide electrical support to include electrical and lighting r3epiars for related architectural and mechanical work; provide building addition for expanded electrical service; provide inmate arrival parking area, walks, and fenced sally port; provide fenced outdoor exercise area; remove asbestos containing materials and incidental related work. The work will require phased construction. The building will be occupied during construction. The contractor shall begin performance within 14 days and complete within 469 calendar days after receiving notice to proceed. Phase I including mobilization, shop drawings and fabrication shall be completed in 301 days. Phase II shall be completed in 84 days. Phase II includes a 14 day transition period at the beginning of the construction phase. The transition between Phase I and II shall be coordinated with the Contracting Officer. Phase III shall be completed in 84 days. Phase III includes 14 day transition period at the beginning of the construction phase. The transition between Phase II and Phase III shall be coordinated with the Contracting Officer. Estimated range is between $1,000,000.00 and $5,000,000.00. The requirements for the technical Source Selection criteria factors are as follows: Factor 1 Relevant Experience, Factor 2 Project Management, Factor 3 Equipment, Factor 4 Construction Schedule, Factor 5 Small Business Contracting Effort . The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. . The Request for Proposals will be issued on 13 March 2002. THE PROPOSAL DUE DATE IS 12 APRIL 2002 at 3:00 PM. Site visit and pre-proposal conference is tentatively scheduled for 26 MARCH 2002 at 10:00 AM, the instructions to proposers will provide complete information. THE SOLICITATION SPECIFICATIONS ARE LIMITED TO THE ELECTRONIC WORLD WIDE WEB ONLY AND WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE AT http://esol.navfac.navy.mil. THE OFFICIAL PLAN HOLDERS LIST WILL NOT BE FAXED AND WILL ONLY BE AVAILABLE AT THE WEB SITE ADDRESS LISTED ABOVE. REGISTERING OFFERORS AND PLAN ROOMS MUST PROVIDE A COMPLETE NAME, COMPLETE MAILING ADDRESS AND AREA CODE AND PHONE NUMBER, OFFEROR TYPE (PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, PLAN ROOM) AND E-MAIL ADDRESS. Notification of any changes (AMENDMENTS) to the solicitation will be made only on the Internet. It will be the contractor responsibility to check the website for any posted changes. For contractors who need assistance in doing business electronically a website has been developed. The address is www.acq.osd.mil/ec/. To locate a Resource Center for your assistance just click on Resource Centers. The response time required by FAR 5.203 will begin on the date of issuance of the solicitation on the website. Telephone and fax requests will NOT be accepted for this solicitation package. In addition you must be registered in the CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO RECEIVING ANY EFA CHESAPEAKE CONTRACT AWARD. The web address is http://www.ccr.dlsc.dla.mil. ALL TECHNICAL INQUIRIES SHALL BE SUBMITTED VIA ELECTRONIC MAIL TO THE FOLLOWING ADDRESS: haycookmb@efaches.navfac.navy.mil. Bids are to be mailed and/or hand carried to Officer in Charge of Construction, Building 2004, 2nd Flr., P O Box 1855, Mann Hall, Barnett Avenue, Marine Corps Base, Quantico, Virginia 22134-0855. note contact Margot Haycook at (703) 784-1182.
- Place of Performance
- Address: Officer in Charge of Construction, Building 2004, 2nd Flr., P O Box 1855, Mann Hall, Barnett Avenue, Marine Corps Base, Quantico, Virginia 22134-0855.
- Zip Code: 22134-0855
- Country: USA
- Zip Code: 22134-0855
- Record
- SN00031311-W 20020228/020226213328 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |