Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
MODIFICATION

Y -- P-977 Waterfront Security Enclave

Notice Date
6/19/2006
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
N44255-06-R-2106
 
Response Due
8/1/2006
 
Point of Contact
Stephanie Higgins, Contract Specialist, Phone (360)396-1865, Fax (360)396-0954,
 
E-Mail Address
stephanie.higgins@navy.mil
 
Description
This procurement (N44255-06-R-2106) is being issued UNRESTRICTED under the North American Industry Classification System (NAICS) Code 238990. The corresponding SBA size standard is $12 million. The estimated construction cost range is between $25 and $27 million. This procurement will result in a firm fixed price contract. Prequalification of Sources is anticipated to be complete by September 2006. Estimated construction contract award is March 2007. Construction contract duration is estimated to be 621 calendar days. Only U.S. citizens may participate in this solicitation and the resultant contract. Part I of Solicitation N44255-06-R-2106 (Prequalification) will be available for download from NAVFAC’s Electronic Solicitation website (ESOL) on or about 30 June 2006. This project will construct a waterfront security enclave fence and associated work to include: clear zones, chain link fencing, cable barriers, patrol road, lighting, lightening protection, towers and posts for security sensors, power and control panels, land-water interface systems, entry control points, medians, vehicle inspection areas, traffic turn-arounds, bullet resistant gate houses and guard positions, vehicle barriers, overhead canopies, pedestrian access shelters with access control turnstiles, one story security facility to support a 40-person security force with garaging. The Navy intends to issue the construction solicitation in two parts: Part I will consist of Prequalifying of Sources in accordance with DFARS 236.272. The purpose of prequalifying firms is to develop a list of Qualified Firms who possess the proven competence to perform the construction of MCON P-977. No pricing will be requested during prequalifications however firms must demonstrate the capability of bonding over $20,000,000. The solicitation shall state the prequalification requirements. Additionally, the Government will conduct a responsibility determination consistent with FAR Part 9. Only firms who participate in the Prequalification of Sources and are determined to possess the necessary competencies expressed in the prequalification criteria may submit a proposal in response to Part II, Source Selection Phase, which shall be considered by the agency. The Government reserves the right to reject any or all prequalification submissions at any time. FIRMS ARE ADVISED THAT THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. Therefore, prequalification submissions should be submitted initially on the most favorable terms. Firms should not assume they would be contacted or afforded an opportunity to qualify, discuss, or review their prequalifications. Firms will not be compensated for their prequalification submission. Once the prequalification procedures are completed, all qualified Prime Construction Firms will be posted to the NAVFAC www.esol.navyfac.navy.mil (ESOL) website to facilitate subcontracting opportunities. All prime contractors/subcontractors/suppliers are advised to register and periodically review ESOL for any changes/additions to the solicitation. There will be no site visits during prequalification. Only qualified Prime Construction Firms will be eligible to participate in Part 2, Source Selection Phase. Estimated closing date for receipt of prequalification submissions is 14:00 local time (PDT), 07 JUL 06. Upon completion of Prequalification, Part 2, Source Selection Phase, shall commence. The source selection criteria shall be identified in the Source Selection Phase. Proposals will be evaluated to determine the best value to the Government. Full plans and specifications will only be issued during Part 2, Source Selection Phase. Subcontractors/Suppliers shall be notified of plan and specifications availability via ESOL. It is each firm’s responsibility to periodically check ESOL for the specific date that plans and specifications will be available. Plans and specifications for this solicitation will not be distributed electronically. NOTE: Full plans and specifications will not be available until approximately October 2006. It is anticipated that there will be a charge for plans and specifications. Costs of plans and specifications will be available approximately October 2006 and posted to ESOL. 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 DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume they would be contacted or afforded an opportunity to qualify, discuss, or review their proposals. Offerors submitting technical and price proposals will not be compensated. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUL-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N44255/N44255-06-R-2106/listing.html)
 
Place of Performance
Address: Naval Base Kitsap, Bangor, Silverdale WA
Zip Code: 98315
Country: USA
 
Record
SN01096906-F 20060726/060724222946 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.