Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2008 FBO #2488
SOLICITATION NOTICE

Y -- FY08 P-749/FY09 P-750, BACHELOR ENLISTED QUARTERS (BEQ), MARINE CORPS BASE HAWAII, KANEOHE BAY, HAWAII

Notice Date
9/16/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274209R1303
 
Response Due
12/2/2008
 
Archive Date
12/17/2008
 
Point of Contact
Wanda Okemura 8084746321
 
Small Business Set-Aside
N/A
 
Description
This is a design-build project to construct Bachelor Enlisted Quarters (BEQ) at Marine Corps Base Hawaii, Kaneohe, Oahu, Hawaii. The BASE Item (P-749) scope of work includes the design and construction of reinforced concrete or masonry construction providing 78 units with semi-private in the standard 2 + 0 room configuration per UFC 4-721-10 (Navy and Marine Corps Bachelor Housing). Building(s) shall not exceed five stories in height excluding elevator machine room on the top level. Community and service core areas consist of laundry facilities, lounges, duty officer and bunk room, housekeeping, vending area, and public restroom. Mechanical systems include plumbing, fire protection systems, water heating, ventilation, and air conditioning. Electrical systems include fire alarm and energy saving Electronic Monitoring and Control System (EMCS). A telecommunications infrastructure room will be provided on each floor to house communications and security system infras! tructure. This area is in addition to the functional areas allowed for the facility. Information systems include telephone, data, and cable television (CATV). Site work includes a pavilion, parking and landscaping, utility improvements and other related work. Antiterrorism force protection (AT/FP) measures include the required standoff distances to existing buildings in the area, streets, and off-street parking, as well as, other AT/FP requirements including progressive collapse in compliance with UFC 4 010-01 (DoD Minimum Antiterrorism Standards for Buildings). Technical operating manuals will be provided. Sustainable design principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13423 and other laws and executive orders. Project shall require at a minimum Leadership in Energy and Environmental Design (LEED) silver-level rating certification from the U.S. Green Building Council. The work include! s a pre-priced OPTION (P-750) for an additional 62 units with the same scope of work as the Base Item. A site visit will be scheduled approximately 2 weeks after issuance of the RFP. Offerors are advised to periodically check the websites listed for further information on the site visit. A pre-proposal conference will not be held. Estimated range from $25,000,000 to $60,000,000 inclusive of the OPTION. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236116 AND AVERAGE ANNUAL RECEIPTS IS $33.5 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. When combined, the technical evaluation factors will be considered approximately equal to price. The technical evaluation factors are anticipated to be as follows: (1) Past Performance; (2) Experience/Qualifications; (3) Project Schedule, (4) Small Business Utilization and (5) Building Quality. The Request for Proposal (RFP) will be available on or about 1 October 2008. The RFP, excluding the plans and specifications, will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.! mil. The RFP, including the plans and specifications, will be available through the Federal Business Opportunities Website (FedBizOpps) at https://www.fbo.gov. Hard copies containing the RFP will not be issued. Contractors must register with FBO to obtain access to the solicitation. An email will be forwarded once contracting office has approved or declined the request. Approved contractors may view and/or download the solicitation and all amendments from FBO. Amendments will normally be posted to the web site http://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to http://www.neco.navy.mil. If the amendment contains drawings, the drawings will be posted to https://www.fbo.gov. It is highly recommended that firms register on the NECO and FBO website as a planholder as this will be the only planholder's list available. It is the offeror's responsibility to check the NECO and FBO website periodically for ! any amendments to the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1179c36007ce6f900f8ac5f29822050e&tab=core&_cview=1)
 
Record
SN01672057-W 20080918/080916221711-1179c36007ce6f900f8ac5f29822050e (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.