Notice of Bid/Request for Proposal

DEPARTMENT OF MILITARY AFFAIRS
Request for Qualifications/Proposal for Pre-Engineered Metal Storage Building at Robert F. Ensslin, Jr., National Guard Armory, Saint Augustine, Florida

REQUESTING QUALIFICATIONS FOR DESIGN – BUILD TEAMS FOR PROJECT NUMBER 207006, PRE-ENGINEERED METAL STORAGE BUILDING

The State of Florida, Department of Military Affairs (DMA), Construction and Facility Management Office (CFMO) requests qualifications from State of Florida registered licensed General/Building Contractors (GC) and Architect/Engineering (A/E) Teams for Design – Build Services for the following project located at: Robert F. Ensslin, Jr., National Guard Armory, Saint Augustine, Florida.

FOR COMPLETE INFORMATION AND SUBMIISSION REQUIREMENTS YOU MUST GO TO THE WWW.MYFLORIDA.COM VENDOR BID SYSTEM AT: http://vbs.dms.state.fl.us/vbs/main_menu.

The Scope of Work for Project Number 207006, Pre-Engineered Metal Storage Building may be obtained from the MyFlorida Vendor Bid System site at: http://vbs.dms.state.fl.us/vbs/main_menu.

The Department reserves the right to reject any and all submissions or accept minor irregularities in the best interest of the DMA. The State of Florida’s performance and obligation to pay under any contract is contingent upon availability of funding and an annual appropriation by the Legislature.

SERVICES TO BE PROVIDED: CFMO will contract with a single contract entity, for the project listed above, whose Design-Build team shall provide all services including, but not necessarily limited to site investigation, preconstruction, schematic and preliminary designs, constructability reviews, complete design and engineering, construction documents, specifications, detailed line-item construction cost estimates, procurement, permitting and permits, bidding, labor, materials, equipment, construction management, and construction required to provide upgrades and repair to code.

Blanket professional design liability insurance will be required for the project in the amount of $250,000.00 and will be provided as a part of the services. The respondent must be capable of bonding at 100% of the value of the contract with a surety licensed to do business in the State of Florida with a Best Rating of A, Class VIII.

SELECTION INFORMATION: Selection of applicants for consideration will be made on the basis of Design-Build successful relative experience of the Architect-Engineer firm and the General/Building Contractor and their ability to perform based on, but not limited to the information submitted on DBC Forms 5085 and 5112 for licensed and/or professional personnel; professional services qualifications, financial capability, recent, current, and projected workloads of the Design-Build team members, and location of their office in relation to the project site. A minimum requirement of two successfully completed projects within the previous three years of similar size, scope and complexity shall apply. The qualifications packages will be reviewed and three semi-finalists will be interviewed to determine the best qualified Design-Build team for this project. The three semi-finalists may be required to participate in formal presentations or telephone interviews. The selection committee may reject all submissions and stop the selection process at any time. Additional building requirements and information will be provided to short-listed firms at the Mandatory Site Visit. Order of Negotiations for the selected shortlisted firms will be made on the basis of past performance references, knowledge of site and local conditions, proposed project staff, ability to meet budget, ability to meet project schedule, understanding program and requirements, and approach and methodology.

CONTRACT AWARD: The short list for interviews and the final order of negotiations will be posted on the MyFlorida.com website http://vbs.dms.state.fl.us/vbs/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, a contract will be negotiated with the firm which the Department considers the most qualified for the intended project. If an agreement, for compensation which the Department determines is fair, competitive, and reasonable, cannot be reached and the Department is unable to negotiate a satisfactory contract, negotiations will be formally ceased and negotiations shall be undertaken with the firm the Department has determined is the second most qualified after Departmental review of the submissions.

One original and four copies of each submission documents are required. Forms must be electronically obtained in Microsoft Word software format (file extension “.doc”-document format) from CFMO-Contracting Branch, telephone: (904)823-0252 or (904)823-0255 or e-mail: cfmocontracting@fl.ngb.army.mil. Forms are available in Adobe Acrobat software (file extension “.pdf”-portable document format) with the original solicitation on the Vendor Bid System on MyFlorida.com. CFMO issued forms must be used. No other forms or format will be accepted.

POINT OF CONTACT: Department of Military Affairs, Construction and Facility Management Office, Contracting Branch at (904)823-0255 or 0252, e-mail: cfmocontracting@fl.ngb.army.mil.

Submittals received after the due date will not be considered. However, submittals may be sent to the CFMO-Contracting Branch any time prior to the final due date. Submittal date may be obtained from the MyFlorida Vendor Bid System site at: http://vbs.dms.state.fl.us/vbs/main_menu.

Submittals are to be sent to Department of Military Affairs, Construction and Facility Management Office (CFMO), Attention: Contracting Branch, Robert F. Ensslin, Jr., National Guard Armory, 2305 State Road 207, St. Augustine, Florida 32086.

Faxed or e-mailed submittals are not acceptable and will not be considered. All instructions must be complied with and requested data must be included in order for your firm to be considered for this project. All information received will be maintained with the Department and will not be returned.

Request for private meetings by individual firms will not be granted. No individual verbal communication shall take place between any applicants and the Owners, or Owner’s representatives. Request for any additional information, clarifications, or technical questions must be requested in writing.