Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
DOCUMENT

Y -- DESIGN–BUILD CONTRACT, P-502 COMBAT AIRCRAFT LOADING AREA, P-943 EASTERN TAXIWAY EXTENSION, AND P-220 AMMUNITION SUPPLY POINT, CAMP LEMONNIER, DJIBOUTI - Attachment

Notice Date
2/16/2012
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247012R2008
 
Point of Contact
Katya Oxley 757-322-4735 Lisa Sumpter
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE SOLICITED ON AN UNRESTRICTED BASIS. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 2 MARCH 2012. This is a two-step design/build construction project that will construct three separate projects on adjoining sites at Camp Lemonnier, Djibouti Africa. MILCON project P-943 is an extension of the eastern taxiway (approximately 54,500 SM) parallel to the Djibouti Ambouli airfield (runway) and consists of an asphalt taxiway and shoulders to support medium-load aircraft. Additionally the project shall include airfield pavement markings, airfield lighting, signage and required site preparations. Other scope requirements include the demolition of existing buildings and reconstruction of those facilities. MILCON project P-502 is the construction of a Combat Aircraft Loading Area (CALA) (approximately 185,000 SM) capable of supporting a variety of aircraft in support of munitions operations as well as parking for airplanes. Ancillary to the loading area are a trim pad and two arm/disarm pads. The project scope also includes the construction of an asphalt taxiway connecting the CALA to the runway and the P-943 taxiway extension. Additionally the project shall include airfield pavement markings, airfield lighting, grounding points, thrust anchor, blast deflectors, utilities, signage and required site preparations. Site preparations shall correct site drainage issues that currently exist. MILCON project P-502 scope also includes the installation of modular expeditionary operations alert facilities, modular expeditionary maintenance facilities and three 1,500 sm tension fabric aircraft hangars. Facilities shall include and be complete with all required site preparation, utilities, foundations and slabs as well as communications, interior lighting, power and HVAC. MILCON project P-220 consists of the site adaptation of a design for the Ammunition Supply Point (ASP) including four earth covered high explosive magazines and an assembly pad (approximately 2,800 SM). The scope also includes construction of a single story pre-engineered building for the storage of inert materials. The magazines shall include all required grounding and lightning protection as well intrusion detection. Electrical and mechanical shall include fire protection and ventilation. Roads and fencing are required to enclose the site and to connect it to the adjacent CALA project. Significant amounts of fill are required to increase the elevation of the site. Additionally this project includes the demolition of the existing Basic Load Ammunition Holding Area consisting of fencing, a tower and temporary magazines. The period of performance is approximately 27 months after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The design to budget amount is $184,000,000. This contract will require a Performance Bond pursuant to FAR 52.228-15, through an approved surety under the United States Treasury Department Circular 570. Based on the feasibility of a contractor to furnish a Performance Bond, offerors may provide a 10% Performance Guarantee, in accordance with NFAS 5252.228-9306, in lieu of a Performance Bond. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about 2 March 2012. Proposal due date will be on or about April 2, 2012, 2:00 p.m. Eastern Standard Time North America. The solicitation will be formatted as an RFP in accordance with the requirements designated by Federal Acquisition Regulation (FAR) 15.203 for a negotiated procurement utilizing the Two-Phase Design-Build section procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. This solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be pre-qualified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Technical Approach, Experience and Past Performance. Upon determination of the contractors advancing to Phase II, those offerors will receive an RFP containing current and future design specifications. Phase II will include the following evaluation factors: Safety and Technical Solution. *A site visit to Camp Lemonnier, Djibouti will be required for this procurement. Offerors will have the opportunity for a site visit during Phase I or Phase II of the solicitation. Due to the geographic location of this site, it is recommended that interested firms make pre-arrangements for travel (immunizations, etc.), base access and any other necessary requirements for overseas travel, as the Phase I solicitation will be limited to 30 days and the Phase II solicitation will be limited to 45 days.* The Government intends on issuing the RFP Solicitation for Phase I and Phase II through the Internet at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder ™s list off the Internet, if necessary. The official plan holder ™s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about the Phase I proposal, please contact Katya Oxley at katya.oxley@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247012R2008/listing.html)
 
Document(s)
Attachment
 
File Name: N6247012R2008_Pre-Solicitation_Notice_220_502_943.pdf (https://www.neco.navy.mil/synopsis_file/N6247012R2008_Pre-Solicitation_Notice_220_502_943.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247012R2008_Pre-Solicitation_Notice_220_502_943.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02676998-W 20120218/120216234612-916a340baaeba7fdefd6867750a7cc8a (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.