Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
SOLICITATION NOTICE

C -- P-531 Special Operations Forces Cold Weather Maritime Training Facility, Naval Special Warfare Center Detachment Kodiak, Kodiak Island, AK

Notice Date
1/17/2012
 
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
N4425512R3002
 
Response Due
2/1/2012
 
Archive Date
9/30/2012
 
Point of Contact
Andrew Hart 360-396-0235
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS AN 8(a) COMPETITIVE, TWO- PHASE, DESIGN- BUILD SOLICITATION. THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED- PRICE CONTRACT UNDER SOLICITATION/REQUEST FOR PROPOSAL N44255-12-R-3002, P-531 SPECIAL OPERATIONS FORCES COLD WEATHER MARITIME TRAINING FACILITY, NAVAL SPECIAL WARFARE CENTER DETACHMENT KODIAK, KODIAK ISLAND, AK. 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). Competition for this procurement is limited to eligible 8(a) firms located in Alaska and 8(a) participants in good standing, serviced by a SBA office outside of the state of Alaska but having a Bona fide branch office in the state of Alaska. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. The SBA has assigned the number 1084/12/200701 for tracking purposes of this contract requirement DESCRIPTION OF WORK: The project will consist of the design and construction of a 25,000 square foot, multi-story training facility, including administrative, instruction, berthing and operation gear storage areas. Site improvements will include grading, landscaping, sidewalks, parking areas and road improvements. The project will include Anti-Terrorism Force Protection, Leadership in Energy and Environmental Design Silver, and Heating, Ventilation and Air Conditioning Requirements. The project also includes the renovation and modernization of approximately 14,300 total square feet of interior space of three existing buildings, and installation of a 1,200 square foot vehicular wash rack. 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 and Factor 3: Safety. Following the review, evaluation and rating of these proposals, the Government intends to select a maximum of five of the highest rated contractors to receive the technical requirements package to participate in the phase two process of the solicitation. Phase two proposers will be evaluated on Factor 4: Technical Solution, and 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 tradeoff 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 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 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/N4425512R3002/listing.html)
 
Place of Performance
Address: Naval Special Warfare Center Detachment Kodiak, Kodiak Island, AK
Zip Code: 99615
 
Record
SN02655351-W 20120119/120117234204-6893adcfe00406dd9a1d9f4c0050141c (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.