Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOLICITATION NOTICE

Y -- WATER AND WASTEWATER SYSTEM COMBINATION FIRM FIXED-PRICE/INDEFINITE QUANTITY DESIGN, BUILD, OPERATE, AND MAINTAIN (DBOM) CONTRACT AT THE MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA

Notice Date
10/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Camp Pendleton Area Focus Team, Attn: 5C02 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-0002
 
Response Due
12/5/2003
 
Point of Contact
Amy Jeli, contract specialist, Phone 6195324711, Fax 6195324160,
 
E-Mail Address
jelial@efdsw.navfac.navy.mil
 
Description
WATER AND WASTEWATER SYSTEM COMBINATION FIRM FIXED-PRICE/INDEFINITE QUANTITY DESIGN, BUILD, OPERATE, AND MAINTAIN (DBOM) CONTRACT AT THE MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA. This procurement is being advertised on an unrestricted basis inviting full and open competition. The work consists of the following firm fixed-price items: Base Item: P-002, FY 04 & 05 Tertiary Treatment Plant. The project includes design and construction of a 5 Million Gallons per Day (MGD) southern regional, tertiary sewage treatment plant and sludge treatment facility at the location of existing Sewage Treatment Plant (STP) 13 to treat raw sewage from the STP 13 tributary area. The southern regional treatment plant and sludge treatment facility shall be designed to provide adequate treatment and plant capacity to handle raw sewage from STP 1, 2, 3, 8, 9, and 13 tributary areas, and to accommodate projected future increases in influent quantities. Time frame for completion is 720 calendar days. The following Option Items will be pre-priced for evaluation and available for potential future award: Option Item 0001: P-112, Wastewater Conveyance. This project includes design and construction of a conveyance system to convey raw sewage from STP 1,2, 3, and 8 to the new southern regional tertiary sewage treatment plant, pretreatment, flow equalization, and decommissioning the existing STPs. Time frame for completions is 540 calendar days. Option Item 0002: P-110, Reclamation. Project provides for the design and construction of a distribution system to convey disinfected tertiary treated wastewater from the southern regional treatment plant to locations where such wastewater will be reused. Construction of the general distribution system includes the construction of new booster pump station(s) and/or upgrades of existing booster pump station(s), new storage tank(s), and distribution system piping. Other potential work includes converting existing percolation ponds to storage basins and the installation of irrigation systems to landscaping, associated utilities, and communications. Time frame for completion is 365 calendar days. Additional options items will provide for up to eight (8) years of operation and maintenance for P-002, P-112, and P- 110. Additional projects may be required to ensure that MCB Camp Pendleton achieves compliance. If necessary, the indefinite quantity (IQ) portion of this contract will be used for such projects as: replacement of water and wastewater distribution systems and components; water production; treatment and storage facilities; pretreatment and source control structures; conveyance; reuse and reclamation projects including irrigation, constructed wetlands, river and ocean discharge; and associated utilities and repairs. The initial contract will include a base year plus four option years with the potential for an additional five award term option years. All work will be performed at the Marine Corps Base, Camp Pendleton, California. Estimated value of this contract is between $100,000,000.00 and $250,000,000.00. North American Industry Classification System (NAICS) is 237110 and the annual size standard is $28,500,000. The Government will award a single contract to the responsible offeror who provides the Best Value proposal. Award may be made to a firm other than that submitting the lowest price. Offerors are advised award may be made without discussions or any contact concerning the proposal received. Therefore, offerors initial proposals should contain the offerors best terms. The Two Phase Design-Build procedures of FAR 36.3 will be used for this procurement. Phase One of the solicitation is in accordance with FAR Part 36.3. Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. The maximum number of Offerors that will be selected to submit a Phase Two proposal is five (5). Phase Two of the solicitation shall require submission of technical and price proposals by the Offerors selected in Phase One, which will be evaluated separately in accordance with FAR Part 15. The Government intends to evaluate proposals and award the contract without discussions. Selection for award will be based on the following: Phase One: Factor 1 ? Past Performance of Offeror and Offeror?s Team; Factor 2 ? Support of Small Business; Factor 3 ? Experience of Offeror and Offeror?s Team; Factor 4 ? Technical Approach. Phase Two: Factor 5 ? Design and Engineering Solutions of Offeror?s Team; Factor 6 ? Price. A pre-proposal conference is scheduled for November 20, 2003 at 0900. The conference will be held at the Holiday Inn On The Bay, 1355 N. Harbor Drive, San Diego, CA 92101. Registration for the conference is located at the website shown below. The solicitation will be available in electronic format only. Phase One RFP will be posted on the website at http://www.esol.navfac.navy.mil on or about November 7, 2003. No hard copies will be provided. It is the Offerors responsibility to check the website daily for any and all amendments to this solicitation. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. For inquiries, contact Amy Jeli at jelial@efdsw.navfac.navy.mil. NOTE: Contractor?s must be registered in the Central Contractor Registration (CCR) prior to award of a DoD contract. For more information see the CCR website at http://www.ccr.gov. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information, and follow-up assistance is provided at the VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto:helpdesk@vets100.com.
 
Place of Performance
Address: Marine Corps Base Camp Pendleton,, Oceanside, California
 
Record
SN00449756-W 20031010/031008213255 (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.