Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOLICITATION NOTICE

Y -- FY03 MCON P-350 INDUSTRIAL WASTEWATER PRETREATMENT FACILITY, PUGET SOUND NAVAL STATION, BREMERTON WASHINGTON

Notice Date
4/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-03-R-1007
 
Archive Date
10/30/2003
 
Point of Contact
Margie Quimby, Contracting Officer, Phone 360-396-0125, Fax 360-396-0850, - David Briggs, Contracting Officer, Phone 360-396-0251, Fax 360-396-0850,
 
E-Mail Address
quimbymd@efanw.navfac.navy.mil, briggsdm@efanw.navfac.navy.mil
 
Description
This Request For Proposal (RFP) includes Base Bid Item CLIN 0001: To provide all labor, materials, and equipment to construct a one story steel frame building with mezzanines, industrial wastewater pretreatment equipment and piping, sample analysis lab, built-in lab test equipment, fire protection and alarm systems, cyanide alarm systems, heating and ventilation systems, electrical, and utilities service. The project includes a unisex ADA restroom, lockers, storage rooms, office and support spaces, and features concrete walls with translucent panels, an auger cast pile foundation, and a clear span steel truss roof system. In addition to this structure, the project includes a covered tanker truck unloading area with fire-suppression and a below grade wastewater containment system and incidental related work. Following completion of these new structures, the contractor will remain on-site during a 3-month operational demonstration and training period. Operation and maintenance manuals are to be provided prior to the demonstration period. Following completion of the demonstration period, this project includes one Option Bid Item. Bid Option #1 (CLIN 0002): To provide all labor, materials, and equipment for demolition of Building 871 and associated site wastewater transfer piping. It includes demolition of an existing wastewater pretreatment facility & all associated site wastewater transfer piping from three different buildings to the existing pretreatment facility. The demolition area at the existing pretreatment facility extends below grade, and will require CDF backfill and an asphalt cap at grade and incidental related work. Proposals will be evaluated by adding the total proposed price for CLIN 0001 to the total price proposed for CLIN 0002. It is anticipated that the Government may exercise the option at time of award if determined to be most advantageous to the Government?s need, price and other factors considered. The work shall be located at Puget Sound Naval Shipyard, Bremerton, Washington. This procurement will result in a firm fixed price contract. The contract will be procured using Source Selection (negotiated) procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. This procurement is open to all business concerns. The FAR estimated cost range for this solicitation is $5,000,000 to $10,000,000, however the anticipated funding limitation is approximately $9 million. The North American Industry Classification System (NAICS) Code is 233310. The related small business size standard is $28.5 million. The anticipated contract duration for Base Bid Item CLIN 0001 is approximately 455 calendar days. If Bid Option #1 (CLIN 0002) is awarded, an additional 180 calendar days (approximately) will be added to the current contract completion date (current at time of award of option bid item). The exact duration will be stipulated in the RFP. It is anticipated that this procurement will be evaluated on factors 1) Past Performance and Experience, 2) Subcontracting Experience, Achievements, and Goals (Socio-Economic), and 3) Price. Proposals will be evaluated to determine which offer provides the best value to the Government. Best value is defined as the optimum combination of Past Performance and Experience, Subcontracting Experience, Achievement and Goals and Price for this work. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposer's; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL, SOCIO-ECONOMIC, AND PRICE PROPOSALS WILL NOT BE COMPENSATED. The solicitation will be provided for down load free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/ on or about 07 May 2003. Amendments and notices will be posted on the web site http://esol.navfac.navy.mil/ for downloading. This will be the only method of distributing the solicitation. It is the offerors responsibility to check the web site periodically for any amendments and notices to this solicitation. The official plan holder?s list will be maintained and can be printed from the web site only. All prospective offerors and plan centers are encouraged to register as plan holders on the web site. Location and points of contact for site visit(s) will be identified in the solicitation. All qualified responsible sources may submit an offer that shall be considered by the agency. Estimated closing for Proposals is 14:00 local time, 06 June 2003. If an offeror is a Large Business Concern, it shall submit a subcontracting plan for this contract in accordance with FAR 52.219-9, SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2000), ALTERNATE II (OCT 2000). The subcontracting plan is a separate requirement for Large Business and is not part of the evaluation criteria for Socio-Economic Factor 2. THERE IS NO FURTHER INFORMATION AVAILABLE AT THIS TIME.
 
Place of Performance
Address: Puget Sound Naval Station, Bremerton, Washington
Zip Code: 98314
Country: USA
 
Record
SN00304299-W 20030417/030415213730 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.