Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

Y -- P-425 Work Facility, Puget Sound Naval, Shipyard Naval Base Kitsap Bremerton, WA

Notice Date
1/13/2012
 
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
N4425512R3006
 
Response Due
2/29/2012
 
Archive Date
1/13/2013
 
Point of Contact
Harlan L. Gaulden (360)396-6391
 
Small Business Set-Aside
Total Small Business
 
Description
Type: RFP ~ Pre-Solicitation Notice Status: Pre-Bid/Proposal Location: Puget Sound Naval Shipyard (PSNS), Naval Base Kitsap (NBK) Bremerton, WA. Issue Date: January 30, 2012 Phase One Due Date: February 29, 2012 Estimated Phase Two Due Date: May 2, 2012 Estimated Award Date: June 29, 2012 Anticipated Site Visit: February 14, 2011 Maximum Funding Limitation: $1,673,000 Preference Program: Small Business Set-Aside Contracting POC: Harlan L. Gaulden 360.396.6391 or harlan.gaulden@navy.mil Posted on Web: Yes Synopsis or Description THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS A SMALL BUSINESS COMPETITIVE, TWO-PHASE DESIGN-BUILD SOLICITATION. THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED-PRICE CONTRACT UNDER REQUEST FOR PROPOSAL N44255-12-R-3006, P-425, WORK FACILITY, PSNS, NBK BREMERTON, WA. The NAICS Code for the proposed acquisition is 236220. The size standard is $33,500,000.00. The Federal Supply Code is Z299. Competition for this procurement is limited to eligible Small Business firms in good standings. DESCRIPTION OF WORK: This is a two-phase design-build construction project that provides a permanent approximately 5,600 square foot multi-story office and laboratory work facility to house a new environmental monitoring laboratory and a nuclear maintenance shop. The building includes laboratory and administration spaces, as well as a low bay storage area, a dosimeter calibration room, a work room and a mezzanine office space. The project will also include an option for a covered storage area. The facility is within the Shipyard s nuclear hub and in close proximity to the Controlled Industrial Facility (CIF), Building 983. 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. During Phase One, proposers will be evaluated on: Factor 1: Relevant Experience; Factor 2: Past Performance; Factor 3: Safety. Following the review, evaluation and rating of these proposals, the Government intends to select up to a maximum of five of the highest rated contractors to receive the technical requirements package to participate in the Phase Two process of this solicitation. During Phase Two, proposers will be evaluated on: Factor 4: Basis of Design and Technical Solution, and 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; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government, price and technical considered, and is the lowest priced technically acceptable proposer. 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 phase 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. Harlan L. Gaulden (360) 396-6391 or via email harlan.gaulden@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425512R3006/listing.html)
 
Record
SN02654294-W 20120115/120113234059-d76dd2709a0380840fe4fa228c63c001 (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.