Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
MODIFICATION

56 -- Limited Area Processing and Storage Complex (LAPSC)

Notice Date
5/10/2006
 
Notice Type
Modification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-04-R-9102
 
Response Due
1/12/2007
 
Archive Date
1/27/2007
 
Point of Contact
Mark Snell, Contract Specialist, Phone (360396-0239, Fax (360)396-0853, - Karen Gordon, Contract Specialist, Phone 360-396-0235, Fax 360-396-0853,
 
E-Mail Address
mark.snell@navy.mil, karen.gordon@navy.mil
 
Description
This procurement (N44255-04-R-9102) is being issued UNRESTRICTED under the North American Industry Classification System (NAICS) Code 236210. The corresponding SBA size standard is $28.5 Million. The estimated cost range for this solicitation is over $100,000,000. This procurement will result in a firm fixed price contract. Only U.S. citizens may participate in this solicitation and resultant contract. This project will construct an 180,000-ft2 multi-level (approximately 270 ft by 360 ft), below-grade, earth covered, internal and external blast hardened, heavily reinforced concrete structure. Special features of the facility include: Two tunnels (approximately 400 ft long, 20 ft wide, and 16 ft tall) to provide heavy vehicle access to and from the below-grade levels; above ground mechanical and production support buildings; power-operated physical security and blast-resistant doors; (7) overhead bridge cranes (2 ton capacity), (3) elevators, lightning protection system, grounding system, emergency air purge system, and multiple independent HVAC systems (approximately 11). This project will also provide a new observation tower, utilities, and other site improvements. The existing perimeter fence, and roads will be expanded to encompass the new facility. The anticipated contract duration is approximately 1235 calendar days. The exact duration will be stipulated in the solicitation. Once the prequalification procedures are conducted, qualified Prime Construction Contractors will be posted to the Navy? s www.esol.navfac.navy.mil website for subcontracting opportunities. All prime contractors/subcontractors/suppliers are advised to register and periodically review www.esol.navfac.navy.mil for any changes/additions. Part II will consist of Source Selection (negotiated) best value procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. Only those firms found to possess the necessary competencies as stipulated in the Prequalification will participate in Part II, the Construction RFP. It is anticipated that this procurement will be evaluated on the following factors: 1) Technical (Past Performance; Safety); 2) Management (Key Personnel; Management Organization; Small Business Utilization); and 3) Price. Proposals will be evaluated to determine which offer provides the best value to the Government. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED THAT 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. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. OFFERORS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. Anticipated construction contract award is April 2007. Full plans and specifications will be issued only during Part II, Construction RFP. Subcontractors/Suppliers shall be notified of plans and specifications availability via ESOL only. It is each firm?s responsibility to periodically check www.esol.navfac.navy.mil for the specific date that plans and specification shall be made available. It is anticipated that offerors shall be charged for plans and specifications. Additional information regarding plans and specifications distribution and charges will be included in the Part I Prequalification RFP. The e-mail address for inquiries is mark.snell@navy.mil.
 
Place of Performance
Address: Strategic Weapons Facility, Pacific,, Naval Base Kitsap, Bangor Complex,, Silverdale, Washington,
Zip Code: 98315
Country: United States
 
Record
SN01045697-W 20060512/060510221246 (fbodaily.com)
 
Source
FedBizOpps 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.