Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

Y -- J-006 FY11 APRA HARBOR MEDICAL CLINIC, NAVAL BASE, GUAM

Notice Date
10/29/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274210R0401
 
Archive Date
3/1/2011
 
Point of Contact
Tonja D. Jenkins (808) 474-4891 Bernadette Julian, (808) 471-1055
 
Small Business Set-Aside
N/A
 
Description
Construction services are required for a design-bid-build project funded by the Government of Japan (GoJ) direct cash contributions (otherwise referred to as the Mamizu funds) for the construction of a single-level outpatient facility in the Apra Harbor family housing area of Naval Station, Guam. This project is covered by the United States-Japan Roadmap for Realignment Implementation. NAVFAC Pacific is the Department of Defense's Executive Agent for Construction on Guam and is the designated design and construction agent. The scope of work includes construction of a facility of reinforced concrete with a slab-on-grade foundation, and all associated components such as exterior walls, windows, roofing, mechanical and electrical systems compatible with the Guam environment and COMNAVMAR design standards. Facilities include administrative spaces; medical, mental health and dental clinic spaces, an urgent care clinic, preventive medicine ancillary services and required support spaces. Parking for POV vehicles and emergency vehicles are included. Site improvements include landscaping, sidewalks, curbs and gutters. The estimated dollar value range is between $25,000,000 and $100,000,000. The primary North American Industry Classification System (NAICS) Code is 236220, with average annual receipts of $33.5 million over the past three years. This procurement is being advertised on an UNRESTRICTED basis, inviting full and open competition. The project will also require incorporation of sustainable features such as Leadership in Energy and Environmental Design (LEED) building standards. The Government reserves the right to cancel the procurement if only one proposal is received or less than three Offerors are evaluated as eligible for award. This procurement will utilize best value source selection using tradeoff procedures, requiring the submission of both technical and price proposals. When combined, the technical evaluation factors will be considered approximately equal to price. The technical evaluation factors are anticipated to be as follows: FACTOR 1, Relevant Past Performance; FACTOR 2, Workforce Housing Logistics and Material Management; FACTOR 3, Small Business Utilization; and FACTOR 4, Management Plan/Key Personnel. A pre-proposal conference is scheduled for 2 December 2010 at 9:30 a.m., G.S.T. at Top O ™MAR, Nimitz Hill, Guam. A site visit will be held immediately after the conference. ATTENDEES MUST PRE-REGISTER BY EMAIL TO Ms. Tonja Jenkins at tonja.jenkins@navy.mil by 25 November 2010. PLEASE INDICATE IF ATTENDING BOTH CONFERENCE AND SITE VISIT. A maximum of three (3) representatives will be allowed per firm. Please submit a completed REQUEST FOR BASE ACCESS form which is posted at the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil for those anticipated to attend by 25 November 2010 to Ms. Tonja Jenkins. Failure to submit the required information will cause delays in obtaining access onto the base on the day of the conference/site visit. Offerors are advised that officials of the Government of Japan (GOJ) will be observing the source selection process, the evaluation of proposals and the review of other documentation. Accordingly, submission of a proposal in response to this synopsis and referenced solicitation will be considered evidence of your consent and permission for the Contracting Officer to reveal your proposal and related submissions to participating GOJ officials (who will, in turn, sign Non-Disclosure Statements that will be retained in the contract files). The Request for Proposal (RFP) will be available on or about 18 November 2010. The RFP, excluding the plans and specifications, will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. The RFP, including the plans and specifications, will be available through the Federal Business Opportunities (FBO) (http://www.fbo.gov). Printed copies of the RFP will not be issued. Contractors must register with FBO to obtain access to the solicitation. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request access to the solicitation. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the solicitation and all amendments from FBO. Amendments will normally be posted to the web site https://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to https://www.neco.navy.mil. If the amendment contains drawings, the drawings will be posted to http://www.fbo.gov. It is highly recommended that firms register on the NECO and FBO website as a planholder as this will be the only planholder ™s list available. It is the Offeror ™s responsibility to check the NECO and FBO website periodically for any amendments to the solicitation. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R0401/listing.html)
 
Record
SN02319017-W 20101031/101029233624-e4df503f0e5180042a2fd617fa947e4f (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.