Department of Military Affairs, Departmental  


  • 207073 Youth Challenge Dining Facility Renovations

    ADVERTISEMENT FOR BIDS

    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 NUMBERS:      207073

    ACCOUNTING CODE:      GR 087028

    PROJECT NAME & LOCATION: Youth Challenge Dining Facility Design, Camp Blanding Joint Training Center, Starke, Florida

    FOR: The Florida Army National Guard, Department of Military Affairs, Construction & Facility Management Office

    INTERESTED PARTIES MUST DOWNLOAD THE ENTIRE SOLICIATION FOR THIS PROJECT FROM THE MYFLORIDA.COM, VENDOR BID SYSTEM.

    POTENTIAL RESPONDENTS TO THE SOLICITATION ARE ENCOURAGED TO CAREFULLY REVIEW ALL THE MATERIALS ON THE VENDOR BID SYSTEM, PURCHASE DRAWINGS AND SPECIFICATIONS AS REQUIRED, ATTEND THE MANDATORY PRE-BID MEETING AND THEN PREPARE RESPONSES ACCORDINGLY.

    FOR (PROJECT DESCRIPTION): Construction of a new Addition to the existing Youth Challenge Dining Facility and remodeling and renovations to the existing Youth Challenge Dining Facility Building are required at the Camp Blanding Joint Training Center in Starke, Florida. The scope of work includes, but is not limited to, selective demolition, new concrete floor slabs and sidewalks, new masonry walls, new pre-engineered wood roof trusses and wood sheathing, new shingle roof, new storefront windows, interior partitions and finishes, HVAC systems, plumbing fixtures and electrical systems. The estimated value of this work is assumed to less than $500,000.00.

    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. The Department of Military Affairs will not be performing prequalification prior to bid opening due to time constraints on this project.

    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 Florida Statute 255.05(1)(a).

    All questions regarding this procurement will be accepted in writing via facsimile ONLY to Mr. Tom Norman at fax number (904)241-7526.

    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.

    MANDATORY PRE-BID MEETING

    DATE AND TIME: 21 May 2008, 10:00 a.m. (Local Time)

    PLACE: Camp Blanding Youth Challenge Dining Facility, Building 3825, Starke, Florida 32091

    All interested parties should call Mrs. Bobbie Smith at (904)823-0256 to be placed on the access list by May 19, 2008, before 4:30 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:

    DATE AND TIME: Wednesday, June 11, 2008, 2:00 p.m. (Local Time)

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

    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.

    MARK ENVELOPES: SEALED BID for Project Numbers 207073, Youth Challenge Dining Facility Design, 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 must be delivered to: State of Florida, Department of Military Affairs, 2305 State Road 207, St. Augustine, Florida 32086 Marked as above. Bids must be received by this office NO LATER THAN 4:00 p.m. (Local Time), Tuesday, June 10, 2008.

    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:

    ARCHITECT‑ENGINEER:

    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 pre‑qualification 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: The lowest bid will be the bid from the responsive bidder that has submitted the lowest price for the base bid or base bid plus the additive alternates or less the deductive alternates chosen by the Agency to be included in or excluded from the proposed contract, taken in numerical order listed in the bid documents. The order of the alternates may be selected by the Agency in any sequence so long as such acceptance out of order does not alter the designation of the low bidder. 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 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, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide e-procurement system. Pursuant to subsection 60A-1.032(1), Florida Administrative Code, this contract shall be exempt from the one percent (1%) transaction fee.

    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.

    NO VERBAL STATEMENTS MADE BY ANY STATE OF FLORIDA EMPLOYEE OR AGENCY REPRESENTATIVE WILL OPERATE TO SUPERSEDE INFORMATION PUBLISHED IN THIS SOLICITATION. ONLY WRITTEN PUBLISHED AGENDAS, MEETING MINUTES AND 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