Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2019 FBO #6326
SOLICITATION NOTICE

Y -- FY18 P-6002 DESIGN-BUILD MULTI-PURPOSE HANGAR ANDERSEN AFB, GUAM

Notice Date
3/18/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N6274219R1322
 
Response Due
5/16/2019
 
Archive Date
5/31/2019
 
Point of Contact
LESLIE TAKAYAMA-HO 808-471-3416 leslie.takayama-ho@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The proposed solicitation will be issued following the two-phase design-build selection procedures in accordance with FAR 36.3 and the tradeoff source selection procedures of FAR Part 15.101 and 15.3. The Government will evaluate phase-one proposals and select the most highly qualified offerors (not-to-exceed five) to submit phase-two proposals. Only the selected firms will be issued the phase-two design-build RFP and given an opportunity to submit phase-two proposals. The work includes the design and construction of a Multi-Purpose Hangar at Andersen AFB, Guam. The magnitude of this project is estimated between $100,000,000 to $150,000,000. THE NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $36.5 MILLION OVER THE PAST THREE YEARS. THIS PROCUREMENT IS UNRESTRICTED. The contract completion period is anticipated to be 1,000 calendar days. This is a source selection procurement requiring the submission of both technical and price proposals. Large business concerns will be required to submit a subcontracting plan as part of the proposal. All technical factor, when combined, are considered of equal importance to Past Performance. Phase-One Factors are: Factor 1 “ Technical Approach, Factor 2 “ Experience, and Factor 3 “ Past Performance. Phase 2 Factors are: Factor 4 - Safety, Factor 5 - Energy Design Reduction and Factor 6 “ Small Business Utilization. For evaluation of experience and past performance, a relevant construction project is defined as śNew construction of aircraft maintenance hangar building consisting of long span concrete framing or long span heavy structural steel framing, or large reinforced concrete buildings with long span framing, similar in scope and complexity as the proposed project. Offerors with only aircraft maintenance hangars of steel construction must also demonstrate experience in large reinforced concrete buildings with long span framing. Each project submitted for evaluation shall be similar in scope and complexity as the subject project and approximately $20 million in dollar value or more for aircraft hangars and approximately $15 million in dollar value or more for large reinforced concrete buildings with long span framing. Relevant projects must be completed or substantially completed within the past fifteen (15) years of the date of issuance of this RFP. Substantially complete means at least 90% physical completion. Alteration, renovation, or repair will not be considered a relevant project. For relevant projects, śconcrete building structure ť shall be limited to cast-in-place or precast concrete roof and exterior wall construction. Reinforced masonry construction shall not be considered śconcrete building structure ť. The Phase-One Request for Proposal (RFP) will be available on or about 17 April 2019. Printed copies or CD ™s will not be issued. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil/. Amendments will be posted to the NECO website. It is the responsibility of the offeror to check the NECO website periodically for any amendments to the solicitation. A Pre-Proposal Site Visit will be held after issuance of Phase-Two. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274219R1322/listing.html)
 
Record
SN05252330-F 20190320/190318230009 (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.