Department of Military Affairs, Departmental  

  •  

    DEPARTMENT OF MILITARY AFFAIRS

    207039 Simulation Center Construction, Camp Blanding Joint Training Center, Starke, Florida

    PROPOSALS ARE REQUESTED FROM QUALIFIED LICENSED GENERAL CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION OF:

    PROJECT NUMBER: 207039

    FUNDING CODE: SRM 2065 FY08

    PROJECT NAME AND LOCATION: Simulation Center, Camp Blanding Joint Training Center, Stake, Florida 32091

    POTENTIAL RESPONDENTS TO THE SOLICITATION ARE ENCOURAGED TO CAREFULLY REVIEW ALL THE MATERIALS CONTAINTED HEREIN AND PREPARE RESPONSES ACCORDINGLY.

    A COMPLETE COPY OF THIS SOLICITATION MUST BE OBTAINED FROM THE MYFLORIDA.COM, MYFLORIDAMARKETPLACE, VENDOR BID SYSTEM.

    FOR (PROJECT DESCRIPTION): Construction of a new interior build-out for a Simulation Center within an existing building is required at the Camp Blanding Joint Training Site in Starke, Florida. The build-out will include new assembly room, lobby, reception area, male and female restrooms and a communications room. The build-out will consist of approximately 4800 square feet within an existing 19,663 square foot single story building. The interior build-out will include, but not be limited to, selective demolition, concrete floor slab remediation, reconfiguration of some of the existing structural steel, metal wall panels on waterproofing membrane on sheathing on load bearing metal studs at the exterior walls, cabinetry, steel doors and frames, wood doors, painted gypsum wallboard walls on metal framing, carpeting, resilient flooring and base, ceramic tile floor and wall tile, suspended acoustical ceilings and suspended gypsum wallboard ceilings, interior signage, fire extinguishers, suspended cable trays and toilet accessories. The mechanical system will include package system HVAC units and associated ductwork, trim and equipment, and restroom exhaust fans. The plumbing will include waste and supply piping, toilet fixtures and all associated components for both a single handicapped accessible restroom and multiple fixture male and female restrooms. The electrical work will include reconfiguration of the electrical service to the building, all distribution, panels, devices and lighting. The communications work will include reconfiguration of the existing system and all associated communications infrastructure and devices. A new wet pipe fire sprinkler system will is required for the entire building.

    PREQUALIFICATION: Each bidder whose field is governed by Chapters 399, 455, 489, and 633 of the Florida Statutes, for licensure or certification must submit prequalification data of their eligibility with their bid at or prior to the bid opening. After the bid opening, the low bidder must qualify in accordance with Rule 60D-5.004, F.A.C. A copy of the requirements is included in the Non-Technical Specifications Level IV/V, Instructions To Bidders under Section B-2 “Bidder Qualification Requirements and Procedures”. Note: A completed experience questionnaire and financial statement form number DBC 5085 (Exhibit 3) must be submitted with bid.

    BID SECURITY: Bids/Proposals in total excess of $100,000.00, the bidder must provide with bid, a good faith deposit in the amount of 5% of the bid by way of a bid bond from a surety insurer authorized to do business in the STATE OF FLORIDA as surety or a certified check or cashier’s check accompanying the bid.

    PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND’S are required from any persons or parties entering into a formal contract with the STATE OF FLORIDA for contracts in total excess of $100,000.00 for construction, additions, renovations, repairs, or demolition of any public building pursuant to Section 255.05(1)(a), Florida Statutes.

    PROCUREMENT RULES AND INFORMATION: Any technical questions from proposers concerning this solicitation shall be submitted in writing, identifying the submitter, to the Architect/Engineer listed by facsimile no later than the date specified in this solicitation. All questions regarding this procurement will be accepted in writing ONLY to Mr. Tom Norman at fax number (904)241-7526. ABSOLUTELY NO TELEPHONE CALLS WILL BE ACCEPTED.

    INFORMATION WILL NOT BE AVAILABLE BY TELEPHONE. All information received through any oral communication shall not be binding on the Department of Military Affairs and shall not be relied upon by an offerer.

    Pursuant to Section 287.057(26), Florida Statutes, Respondents to this solicitation of persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.

    Final date for questions from potential bidders is March 14, 2008, 4:30 p.m. No questions will be accepted after that date.

    All questions and answers/changes to the solicitation will be provided in writing and posted on the DMS Vendor Bid System (VBS). It is the prospective contractor’s responsibility to check periodically for any information updates to the solicitation which are posted to the VBS. The Department of Military Affairs bears no responsibility for any delays, or resulting impacts, associated with a prospective contractor’s failure to obtain information made available through the DMS Vendor Bid System.

    MANDATORY PRE-BID MEETING

    DATE AND TIME: February 28, 2008, 10:00 a.m. (Local Time)

    PLACE: Camp Blanding Post Headquarters, Command Conference Room, Building 2300, Starke, Florida 32091

    All interested parties should call Mrs. Bobbie Smith at (904)823-0256, to be placed on the access list by February 27, 2008 before 4:00 p.m. All General Contractors interested in bidding on this project are required to attend this pre-bid meeting.

    Sealed bids will be received, publicly opened and read aloud on: BIDS / RESPONSES TRANSMITTED ELECTRONICALLY WILL NOT BE CONSIDERED. BIDS/RESPONSES RECEIVED AT THE LOCATION DESIGNATED AFTER THE EXACT TIME SPECIFIED FOR RECEIPT WILL NOT BE CONSIDERED.

    DATE AND TIME: March 26, 2008, 2:00 p.m. (Local Time)

    PLACE: Camp Blanding Post Headquarters, Command Conference Room, Building 2300, Starke, Florida 32091

    MARK ENVELOPES: SEALED BID for Project Number 207039, Sim Center, Camp Blanding Joint Training Center, Starke, Florida 32091, Attn: Michele M. Dobbs, (904)823-0255/0256.

    Bids submitted prior to the bid opening via courier or mail, are to be delivered in a SEALED package to: State of Florida, Camp Blanding Joint Training Center, Attn: Major Bob Thomas, Bldg. 2300, 5629 State Road 16 West, Starke, Florida 32091.

    BID/PROPOSAL: All responses must be submitted in a sealed package and shall be clearly marked on the outside of package with the above information. Department of Military Affairs is not responsible for the opening of any solicitation package which is not properly marked. It is the respondent’s responsibility to assure its response is submitted in the place and time indicated in this solicitation. Also, all responses must be in full in accordance with the requirements of the Drawings, Specifications, Bidding Conditions and Contractual Conditions, and Non-Technical Specifications, which have been prepared by the Engineer as listed, and may be obtained as follows:

    ARCHITECTENGINEER: Ebert Norman Brady (ENB) Architects – Mr. Tom Norman

    TELEPHONE: (904)241-9997

    Make all checks or money orders payable to: Ebert Norman Brady Architects. No Credit cards are accepted.

    DEPOSIT: $150.00 per set of Drawings and Specifications is required with a limit of two (2) sets per General Contractor or Prime Bidder and one set per mechanical subcontractor and/or electrical subcontractor. The deposit shall only be returned to those General Contractors, or Prime Bidders, mechanical subcontractors and/or electrical subcontractors, who, after having examined the Drawings and Specifications:

    a.Submit a request for prequalification and fail to qualify, or

    b.Submit a bid (in the case of mechanical and/or electrical subcontractor's submission of a bid to a prime bidder), and return the Drawings and Specifications in good condition within fifteen (15) days of the date of receipt of bids.

    -OR-

    FULL SETS of drawings and specifications may be purchased by payment of the printing and handling cost at the rate of $150.00 per set.

    CONTRACT AWARD: Contract Award will be on Base Bid items only. The official Notice of Award Recommendation will be by electronic posting on the Department’s website at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. If no protest is filed, the contract will be awarded to the qualified, responsible and responsive low bidder in accordance with Chapter 60D-5, F.A.C., by the Owner.

    The Department reserves the right to accept or reject any or all proposals received and reserves the right to make an award with or without further discussion of the proposals submitted or accept minor informalities or irregularities in the best interest of the State of Florida, which are considered a matter of form and not substance, and the correction or waiver of which is not prejudicial to other proposers. Minor irregularities are defined as those that will not have an adverse effect on the Department’s interest and will not affect the price of the proposal by giving a proposer an advantage or benefit not enjoyed by all other proposers. It is understood the proposal will become a part of the Department’s official file, without obligation to the Department. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions contained herein. A proposal may be found to be irregular or non-responsive by reasons that include, but are not limited to failure to utilize or complete in their entirety prescribed forms, conditional proposals, incomplete proposals, ambiguous proposals, and improper, missing and/or undated signatures.

    The Non-Technical Specifications Level IV and V are considered to be applicable to this solicitation and award of contract when made and are made a part hereof.

    The State of Florida’s performance and obligation to pay under this contract is contingent upon availability of funding and an annual appropriation by the Legislature.

    For the purposes of this solicitation, the terms proposer, respondent, offerer and contractor/vendor are used interchangeably and mean a person(s) or firm(s) submitting a response to this solicitation, including joint ventures.

    NO VERBAL STATEMENTS MADE BY ANY STATE OF FLORIDA EMPLOYEE OR AGENCY REPRESENTATIVE WILL OPERATE TO SUPERSEDE INFORMATION PUBLISHED IN THIS SOLICITATION ONLY WRITTEN ADDENDUMS ISSUED BY THE DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION AND FACILITY MANAGEMENT OFFICE OR ITS REPRESENTATIVES WILL OPERATE TO ALTER OR OTHERWISE AMEND THIS SOLICITATION.

Document Information