SOLICITATION NOTICE
Y -- MCON P-395; Addition to Building 7111 & Service Pier Upgrade, Naval Submarine Base, Bangor, Silverdale, WA
- Notice Date
- 5/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
- ZIP Code
- 98370-7570
- Solicitation Number
- N44255-03-R-1036
- Response Due
- 7/9/2003
- Point of Contact
- Cynthia Harley, Contract Specialist, Phone 360-396-0262, Fax 360-396-0850, - David Briggs, Contracting Officer, Phone 360-396-0251, Fax 360-396-0850,
- E-Mail Address
-
harleycr@efanw.navfac.navy.mil, briggsdm@efanw.navfac.navy.mil
- Description
- This Request for proposal (RFP) includes Construction of an Addition to Building 7111, Upgrade the Service Pier, and incidental work at Naval Submarine Base, Bangor in Silverdale, Washington. Base Bid Item CLIN 0001: Provide all labor, materials, and equipment to construct the following: a) Construction of an underwater equipment lab addition to Building 7111 including office space, storage space, a test pool and a separate high bay area; b) Increase the width of the existing Service Pier on the water side of the pier; c) Perform various upgrades to the existing Service Pier; and d) Construction of a pre-engineered metal building on the east side of the Service Pier on new pilings and pier slab; and other incidental work. CLIN 0002: Provide all labor, materials, and equipment to construct a new stand-alone pre-engineered 18-foot high metal bay at the north end of the Waterfront Support Facility High Bay area. CLIN 0003: Provide all labor, materials, and equipment to construct an additional 18-foot bay at the Waterfront Support Facility High Bay area. CLIN 0004: Provide all labor, materials, and equipment to construct a 10,000 SF Storage Building including site grading for the entire building. CLIN 0005: Provide all labor, materials, and equipment to construct a 10,000 SF addition to the Storage Building in CLIN 0004. This procurement will result in a firm-fixed-price contract. The contract will be procured using Source Selection (negotiated) procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. 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 best value to the Government. This procurement is open to all business concerns. The DFAR estimated cost range is between $25 Million and $28 Million. The Government desires to award the greatest number of CLINS possible within the funds available for the project. The North American Industry Classification System (NAICS) Code is 237990. The related small business size standard is $28.5 million. The RFP will be issued at the 60% design submittal stage because of the design and construction time limitations. Due to the long duration of construction, which must be completed by 31 March 2005, the intention is to issue the construction solicitation in parallel with the final stages of the design contract. The initial RFP will request proposals based on technical factors only. The Technical Evaluation Board (TEB) will evaluate the proposals, conduct discussions with all offerors if advisable, and allow revised technical proposals if necessary. An amendment will be issued to all offerors upon receipt of the Final Design Submittal to request submission of a price proposal based on the final design. Offerors will be allowed to submit revisions to their technical proposal at this time if the amendment should result in significant changes. The TEB will reconvene if revised technical proposals are submitted. The best value determination will be made based on price and technical ratings. The anticipated Evaluation Factors for this procurement are as follows: Factor I ? Past Performance; Factor II ? Experience; Factor III ? Project Management Plan; Factor IV ? Subcontracting Experience, Achievement, and Goals; Factor V ? Price. Proposals will be evaluated to determine which offer provides the best value to the Government. The Government reserves the right to reject any or all offerors prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; to award to other than the offeror submitting the highest technically rated proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR WITHOUT ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. The solicitation will be provided for down load free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil on or about 9 June 2003. Amendments and notices will be posted to the web site http://esol.navfac.navy.mil for downloading. This will be the only method of distributing the solicitation. It is the offeror?s responsibility to check the web site periodically for any amendments and notices to this solicitation. The official plan holder?s list will be maintained and can be printed from the web site only. All prospective offerors and plan centers are encouraged to register as plan holders on the website. Location and points of contact for site visit will be identified in the solicitation. All qualified responsible sources may submit an offer that shall be considered by the agency. Estimated closing for proposals is 14:00 local time, 09 July 2003. If an offeror is a Large Business Concern, it shall submit a subcontracting plan for this contract in accordance with FAR 52.219-9, Small Business Subcontracting Plan (OCT 2000), Alternate II (OCT 2000). The subcontracting plan is a separate requirement for Large Business and is not part of the evaluation criteria for Socio-Economic Factor IV.
- Place of Performance
- Address: Naval Submarine Base, Bangor, Silverdale, WA
- Zip Code: 98315
- Country: U.S.
- Record
- SN00326947-W 20030521/030519213623 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |