Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2002 FBO #0041
PRESOLICITATION NOTICE

Y -- Y-CONSTRUCTION OF A NEW NMFS RESEARCH LABORATORY FACILITY, LENA POINT, ALASKA

Notice Date
1/10/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
52ABNA-2-00030
 
Response Due
2/25/2002
 
Archive Date
3/12/2002
 
Point of Contact
Judi Jzyk, Contract Specialist, Phone (206) 526-6039, Fax (206) 526-6025, - Crystina Elkins, Procurement Clerk, Phone (206) 526-4499, Fax (206) 526-6025,
 
E-Mail Address
judi.m.jzyk@noaa.gov, crystina.r.elkins@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
National Oceanic and Atmospheric Administration (NOAA), is requesting proposals for Solicitation #52ABNA-2-00030, construction of a new research facility at Lena Point, in Juneau, Alaska, for the National Marine Fisheries Service. This procurement will be accomplished by using Two-Step Sealed Bidding procedures. Award will be made in accordance with FAR Part 14. Step-One (Request for Technical Proposal (RFTP)) consists of request for, submission of, evaluation of, and (if necessary) discussion of technical proposals. The technical proposal shall not include prices or pricing information. The Government will evaluate and, if necessary, discuss the technical proposal with the offeror to determine the acceptability of the proposal. All responsible sources may submit a proposal which shall be considered by the agency. The project is the construction of a new multi-building fisheries research center on a 22 acre tract that was a former rock quarry site at Lena Point, about 15 miles northwest of Juneau, AK. The work will consist of construction of a two-story steel frame facility with exterior materials being glass, metal shingles, and metal panel curtain wall systems. The primary buildings consist of public commons, office/administrative, laboratory/research and an integrated biological waste treatment area for all wastewater. A partial basement is included under the laboratory that will house the heating plants, mechanical and electrical equipment. The primary building, outbuildings, basement and penthouses total an area approximately 102,000 square feet. The building functions include multi-purpose rooms, library, administrative and research offices, wet and dry labs, and outdoors covered research area. The several outbuildings include a utility building containing the shop/emergency generator, seawater filter/tank building and wet well/pump house building. Site improvements on the project's twenty-two (22) acre site include blasting, excavation, paving, site amenities, site utilities, lighting, parking in two lots, landscaping, and a seawater system with seawater intake lines, a wet-well/pump-house, and filter/storage tanks. Proposals submitted under Step-One will be evaluated on the following criteria which appear in descending order of importance: (1) Past Performance, (2) Key Personnel Qualifications and Staffing, and (3) Technical Approach/Coordination. Step-One, Request For Technical Proposal (RFTP) will be due approximately February 25, 2002. Offerors should submit technical proposals that are complete and acceptable without the need for additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as originally submitted. The Government may proceed with Step-Two (Invitation for Bid) of the process without requesting further information from any offeror. However, the Government reserves the right to request additional information from offerors on technical proposals that could reasonably be made acceptable. At the conclusion of the technical evaluation (Step-One), only the most highly qualified firms in accordance with the evaluation criteria, will be eligible to participate in Step-Two of this process. Offerors will be notified of a pre-proposal/site visit conference in the RFTP documents. Attendance at the conference by firms wishing to participate in Step-One of the process is highly encouraged. Questions regarding this solicitation should be in writing and addressed to judi.m.jzyk@noaa.gov. Step-Two involves the submission of sealed "priced" bids. An Invitation for Bid (IFB) will be issued only to those firms that were determined to be most highly qualified under Step-One procedures. Each bid received in Step-Two must be based on the offeror's own technical proposal as submitted under Step-One procedures. A firm-fixed price contract is anticipated. This procurement is a 100% Small Business Set-Aside. The North American Industry Classification Code (NAICS) is 233320 and the small business size standard is $27.5 Million. A pre-solicitation notice is being issued concurrently with this synopsis. Project completion time is estimated at six hundred forty-five (645) calendar days. Estimated cost is between $25-50 Million. Requests for documents are to be in writing and may be faxed to 206/526-6025. Only firms listed on the bidder's list will be issued any changes. Therefore, it is the contractor's responsibility to ensure they are on the list. TELEPHONE REQUESTS WILL NOT BE HONORED. Solicitation documents will be available approximately January 25, 2002. Plans and specifications will be provided in a CD-Rom format only (one per interested entity) until supply is exhausted. Solicitation packages will NOT be directly provided in a paper hard copy. Any request for a hard copy of the documents must be in writing and instructions on how to obtain a copy will be provided at that time. Only firms progressing to Step-Two will receive the Invitation for Bid (IFB) documents and be eligible for award. Award is subject to the availability of funds.
 
Place of Performance
Address: Lena Point (Juneau), Alaska
 
Record
SN20020112/00013280-020111090222 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.