Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2008 FBO #2246
SOLICITATION NOTICE

Y -- Expansion/renovation of the Navy Exchange, Naval Station, Norfolk, VA

Notice Date
1/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-08-R-9604
 
Response Due
3/19/2008
 
Archive Date
5/19/2008
 
Point of Contact
Kirsten Johnson, Contract Specialist, Phone (757) 322-8228, Fax (757) 322-4611, - Dawn Cail, Contracting Officer, Phone 757-322-4422, Fax 757-322-4611
 
E-Mail Address
kirsten.johnson@navy.mil, dawn.cail@navy.mil
 
Description
Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC Mid-Atlantic) has a procurement for the Expansion/Renovation of the Navy Exchange, Building CD13, Naval Station, Norfolk, Virginia. This project is intended to add floor space to the existing retail space and to selectively renovate areas of the existing building. The scope of work generally consists of designing a two story addition of 22,420 GSF per floor (total 44,840 GSF) on the easternmost end of the building, a 3,340 GSF stockroom on the north side; and to add a 28,611 GSF second story over the existing retail space which has been previously designed to support the imposed structural loads. Both second floor spaces will be connected to form a continuous uninterrupted retail floor. The design for the new addition(s) will include architectural, interior design, civil, structural, plumbing, mechanical, electrical services and fire protection to provide a complete and functional facility. The project includes freight and passenger elevators and an escalator. Additional work will include selective renovation of the existing building as the budget permits. The existing finishes, lighting and mall shop configurations will all be assessed for possible inclusion into the project. It is not anticipated that plumbing work will be required for the renovation portion of this work. Minor HVAC work is included in the renovation portion of the work. Site work comprises a significant portion of this project. Three hundred new parking spaces, a reworked vehicular approach road, a new delivery drive, a new storm water management system and a complete repaving of the existing exchange and commissary parking lots are all to be a part of this project. The Contractor shall provide all labor, supervision, engineering, materials, equipment, tools parts, supplies, and transportation to perform all work described in the specifications. This procurement will be processed using the Best Value Source Selection (BVSS) procedures. The contract will be a Firm Fixed-Price contract. Award will be made to the responsible Offeror whose proposal conforms to the Request for Proposal (RFP), provides maximum benefit to the Government, and performs the work in a manner most advantageous to the Government. The Basis for Award for this procurement shall be based on price and technical merits, which together constitute a best value to the Government; however, not necessarily the lowest price. Proposals received will be evaluated based on the following factors: I. Technical Factors: (1) Corporate Experience; (2) Past Performance; (3) Technical Approach; (4) Project Schedule; (5) Safety Performance; (6) Small Business Subcontracting Plan Effort; and, II. Price Factor. Technical is approximately equal to price. Technical Factors are of equal importance. The award decision will be justified, including technical and price trade-off analysis as appropriate. OFFERORS ARE ADVISED THAT AWARD WILL BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED, UNLESS IT IS DETERMINED OTHERWISE NECESSARY. Offerors should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact offerors for the purpose of clarifying aspects of their proposal. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted, Offerors will be afforded the opportunity to revise their proposals. The solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The Official access to the solicitation and all related files is via the Internet at http://www/neco.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NECO website. Only registered contractors will be notified by email when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Technical inquiries shall be sent to Kirsten I. Johnson, Code OPHRAQ6, email at kirsten.johnson@navy.mil. Inquires may also be faxed to (757) 322-4611, Attention: Kirsten I. Johnson. The North America Industry Classification system (NAICS) code for this project is 236220 with a Size Standard of $31 million. This project is not set aside for small business. Large Businesses shall submit a subcontracting plan prior to award of the contact. Request for Proposal package will be available on or about 4 February 2008 at the following websites: http://www.neco.navy.mil, www.fbo.gov, or www.fedbizopps.gov. The required receipt date for technical and price proposals will be on or about 19 March 2008, 2:00 p.m. Potentional Contractors are hereby notified that the solicitation and subsequent amendments will ONLY be available for download at the above websites. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. Offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at www.ccr.gov. All offerors must submit Representations and Certifications via the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. The cost range for this project is between $10,000,000 and $25,000,000.
 
Place of Performance
Address: Norfolk Naval Station
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01488825-W 20080120/080118224713 (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.