Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

Y -- P-913 Explosives Handling Wharf Security Force Facility, Naval Base Kitsap Bangor, WA

Notice Date
4/19/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425511R9009
 
Response Due
5/4/2011
 
Archive Date
5/4/2011
 
Point of Contact
Andrew Hart 360-396-0235
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation No: N44255-11-R-9009 Title: P-913 Explosives Handling Wharf Security Force Facility, Strategic Weapons Facility Pacific, Naval Base Kitsap, Bangor, WA Type: RFP ~ Pre-Solicitation Notice Status: Pre-Bid/Proposal Location: Naval Base Kitsap Bangor at Silverdale, WA. Issue Date: May 4, 2011 Due Date: June 3, 2011 Estimated Award Date: January 13, 2012 Anticipated Site Visit: May 17, 2011 Funding Range: $10,000,000 to $25,000,000 Preference Program: 8(a) Competitive Contracting POC: Andy Hart 360.396.0235 or Andrew.e.hart@navy.mil Posted on Web: Yes Synopsis or Description THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS AN 8(a) COMPETITIVE, TWO PART, DESIGN-BID- BUILD SOLICITATION. THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE CONTRACT UNDER SOLICITATION/REQUEST FOR PROPOSAL N44255-11-R-9009, P-913 EXPLOSIVES HANDLING WHARF SECURITY FORCE FACILITY, STRATEGIC WEAPONS FACILITY PACIFIC (SWFPAC), NAVAL BASE KITSAP, BANGOR, WA. The NAICS Code for the proposed acquisition is 236220. The small business size standard is $33,500,000.00. The Federal Supply Code is Y199 (Construction of Miscellaneous Buildings). DESCRIPTION OF WORK: The Project constructs an Alert Force Facility of over 14,000 SF which will include concrete foundations and floor slab, concrete exterior walls and a reinforced concrete roof. Parking will be provided within the building. Built-in equipment includes warming galley equipment, equipment racks, lockers, outfitting and ventilation equipment for vehicles. Special construction features include seismic reinforcement, a reinforced roof, a loading dock and environmental protection measures. Paving and site improvements include site preparation, grading, landscaping, concrete sidewalks, curbs, parking, concrete roadways, fencing and storm-water drainage. In addition, an existing parking area and walkways for personnel will be demolished to accommodate the new facility. Project will be under special work restrictions which may include up to one hour work stoppages and scheduled days where personnel are permitted, but not vehicles. The period of performance will be 555 days from award. Access to the SWFPAC Waterfront Restricted Area requires security clearance. The project s site is located in areas that SWFPAC conducts emergency response and operational drills. Only U.S. citizens may participate in this solicitation and the resultant contract. AWARD INFORMATION: The Government will award one Firm-Fixed Price contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the best value to the Government, price and technical factors considered. Part One will consist of Prequalification of Sources in accordance with DFARS 236.272. Part One proposers will be evaluated on Factor 1: Relevant Experience, Factor 2: Past Performance and Factor 3: Safety. Following the review, evaluation, and rating of these proposals, the Government intends to select three, but not to exceed five, of the highest rated contractors to receive the technical requirements package to participate in the Part Two Source Selection of the solicitation. Proposers should be advised THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT COMMUNICATIONS OR CLARIFICATIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. 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 TWO, CONSTRUCTION RFP, WHICH SHALL BE CONSIDERED BY THE AGENCY. Part Two Offerors will be evaluated on Price. It is anticipated that all non-price evaluation factors when combined are approximately equal to price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of trafeoff processes when it may be in the best interest of the Government to consider award to other than the lowest price proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation for Part One will be available for viewing and downloading at https://www.neco.navy.mil, upon issuance. Prospective Offerors must and should immediately register themselves on the web site. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror s must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at https://www.bpn.gov/ccr/. All inquiries should be submitted to Mr. Andy Hart (360) 396-0235 or via email andrew.e.hart@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425511R9009/listing.html)
 
Record
SN02427668-W 20110421/110419234331-44c6731750d5c5ae30ec79b1bf6df062 (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.