Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

Y -- RECOVERY--Y--PROJECT NUMBER 71653, P-1653, TAS::97 0501::RP# HOSPITAL REPLACEMENT, CAMP PENDLETON, CA

Notice Date
12/22/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R0001
 
Response Due
1/8/2010
 
Archive Date
3/5/2010
 
Point of Contact
Georgina Perry 619-556-9569 Lisa Young, 619-279-9199
 
Small Business Set-Aside
N/A
 
Description
This is an American Recovery and Reinvestment Act project to provide a new Hospital for the Marine Corps Base, Camp Pendleton, CA. This pre-solicitation notice is for information and planning purposes only. This project is being advertised on an unrestricted basis inviting full and open competition. This procurement will use the Two-Phase Design-Build selection procedures. The Government plans to issue Phase One and Phase Two solicitations in sequence. Phase One will include a synopsized scope of work, Phase Two will include the plans and specifications. Federal Acquisition Regulations (FAR) Part 15 and FAR Part 36 source selection procedures will be utilized with the intent to award a firm-fixed price design build construction contract. The responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the Government, price and other factors considered will be selected. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. The work to be acquired under this project is for the design and construction of approximately a 500,000 sq ft multi-level Medical Hospital with a central utilities plant, a 1,500 space multi-level parking structure, surface parking, site-development and associated supporting facilities. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $33.5 million. The estimated price range is between $250,000,000 and $500,000,000. The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Specialized Experience and Technical Competence, Factor 2 - Past Performance, and Factor 3 - Management Approach. Phase Two: Factor 4 - Small Business Utilization, Factor 5 - Engineering Solutions, and Factor 6 - Price. The Phase One evaluation will result in a determination of the most highly qualified Offerors, a maximum of five (5). These Offerors will be allowed to submit a Phase Two proposal. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the NECO website at www.neco.navy.mil on or about Jan 6, 2010. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the NECO website listed above. A Pre-Proposal Conference is scheduled for Jan 14, 2010 at 2:00 PM PST. The conference will be held at the Naval Training Center Command Center at Liberty Station, 2640 Historic Decatur Road, Bldg 177, San Diego, CA 92106. Directions are available at; http://www.ntcpromenade.org/directions.php#North. There is no registration process, all are welcome. In addition to learning about the project, the conference will also be an opportunity for Prime and Subcontractor marketing. In order to assist, the Government will provide tables for companies proposing as Prime Contractors. Those who intend to propose as Prime Contractors must contact Georgina Perry, via email at georgina.perry@navy.mil, no later than Jan 8, 2010, to reserve a table. Note: A site visit will be held ONLY with those Contractors selected to participate in Phase Two.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247310R0001/listing.html)
 
Place of Performance
Address: MARINE CORPS BASE CAMP PENDLETON, OCEANSIDE, CA
Zip Code: 92055
 
Record
SN02029109-W 20091224/091222234719-bb75884655cd985e1d61ef377ae57604 (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.