Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

Y -- This procurement is for the design, construction, with respective operation and maintenance of a multi year multi phased comprehensive wastewater treatment system program at MCB Camp Pendleton, Ca.

Notice Date
5/12/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R5011
 
Point of Contact
Reagan Pablo 619-532-3851 NAVFAC SouthwestNaval Facilities Engineering Command,Attn: Reagan Pablo1220 Pacific Highway, FISD Building 1, 3rd FloorSan Diego, CA 92132-5190
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This procurement is for the design, construction, operation and maintenance of a multiple year multiple phased comprehensive wastewater treatment system program at Marine Corps Base Camp Pendleton (MCBCP) and is being advertised on an unrestricted basis inviting full and open competition. This wastewater treatment system program will include currently planned Military Construction (MILCON) Projects: P-1041 Southern Regional Tertiary Treatment Plant Expansion; P-1043 Northern Tertiary Treatment Plant & Conveyance; and its respective operation and maintenance. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases. Source Selection procedures will be used with the intent to award a firm-fixed price construction contract to 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 con! sidered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. The North American Industry Classification System (NAICS) code is 237110, and the annual size standard is $33.5 million. The proposed contract will be a Firm Fixed Price (FFP) Contract for Wastewater Systems at MCBCP. The FFP work will be separated into a Base Award for the Design-Build of P-1041, Option 0001 for P-1043, with pre-priced option items and award term option items for their respective O&M through FY19. The work to be acquired under this solicitation is for new construction and/or renovation, by design-build construction of wastewater systems at the MCBCP. The work will include design and construction, along with associated operation and maintenance of gravity and pressure pipelines, wastewater treatment facilities, recycled water, and wastewater pumping and storage facilities. The work also includes providing environmental mitigation, permitting, and assisting the Government with the ultimate goal of achieving regulatory compliance. When combined the estimated total contract price for the base item, option items, and award term option items is between $100,000,000 and $250,000,000. Design and construction of P-1041 and P-1043 are expected to occur over several years, with respective O&M option items and option award term option items extending up to FY19. P-1043 has been placed as Pre-Priced Option Item 0001. 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. PHASE TWO: Factor 4 - Small Business Utilization, Factor 5 - Design Approach / Engineering Solutions of Offeror's Team, and Factor 6 - Price. The 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. A maximum of five (5) Offerors will be selected 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 May 27, 2010. No hard copies will be provided. IT IS THE CONTRACTOR'S 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 website listed above. A pre-proposal conference is scheduled for Tuesday June 08, 2010 at 10:00 a.m. sharp at the Holiday Inn located at 1355 North Harbor Drive, San Diego, California 92101. The conference will also include an opportunity for Prime Contractor and Small Business Subcontractor networking. Interested Prime Contractors and Small Business Subcontractors are encouraged to participate and to come prepared for this event. Registration for the conference will be by email. Please forward attendance information to Reagan Pablo at reagan.s.pablo@navy.mil. A site visit will be held only during Phase Two and only for those that have been selected to proceed to Phase Two. No reimbursement will be made for any costs associated with this announcement, attending pre-proposal conferences or any follow-up information requests. This notice does not constitute a RFP and is not to be construed as a commitment by the Government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247310R5011/listing.html)
 
Record
SN02147419-W 20100514/100512234907-233ebd5849e41c852ef78c6f3a06c5d3 (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.