MODIFICATION
Y -- MCON P-903; PART A - DESIGN/CONSTRUCT PARKING GARAGE FOR NAVAL SHIPYARD PUGET SOUND, BREMERTON, WASHINGTON
- Notice Date
- 6/18/2003
- Notice Type
- Modification
- 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-1042
- 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
- ****RELEASE OF THIS RFP IS ON HOLD UNTIL 15 JULY 2003 DUE TO ISSUES WITH THE SITE.**** This Request for proposal (RFP) includes Design and Construction of a Parking Garage for the Puget Sound Naval Shipyard in Bremerton, Washington. This work includes providing all labor, materials, and equipment to design and construct a multi-level parking garage to include security system, controlled entrances, fencing, elevators, lighting, fire protection; and incidental related work. The Government desires design and construction of a structure that will accommodate a maximum of 1,000 stalls within the funding limitations. The parking garage will be a reinforced concrete structure. The project will require relocation of existing utilities; providing connections for storm, sanitary sewer, firemain water, and electricity; and demolition and disposal. 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 FAR estimated cost range is over $10 million, however the anticipated funding limitation is $13,750,000. The North American Industry Classification System (NAICS) Code is 236220. The related small business size standard is $28.5 million. The anticipated Evaluation Factors for this procurement are as follows: Factor I ? Past Performance; Factor II ? Experience; Factor III ? Basis of Design; Factor IV ? Subcontracting Experience, Achievement, and Goals; and 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 at any time 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 19 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, 04 August 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: Between 4th and 5th Streets; and Park Avenue, City of Bremerton, WA
- Zip Code: 98337
- Country: U.S.
- Zip Code: 98337
- Record
- SN00350709-W 20030620/030618213718 (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 |