MODIFICATION
56 -- Limited Area Processing and Storage Complex (LAPSC)
- Notice Date
- 7/13/2005
- Notice Type
- Modification
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
- ZIP Code
- 98315-1101
- Solicitation Number
- N44255-04-R-9102
- Response Due
- 9/15/2005
- Point of Contact
- Mark Snell, Contract Specialist, Phone (360396-0239, Fax (360)396-0853, - Karen Gordon, Contract Specialist, Phone 360-396-0235, Fax 360-396-0853,
- E-Mail Address
-
mark.snell@navy.mil, karen.gordon@navy.mil
- Description
- This procurement (N44255-04-R-9102) is being issued UNRESTRICTED under the North American Industry Classification System (NAICS) Code 236210. The corresponding SBA size standard is $28.5 Million. The estimated cost range for this solicitation is over $100,000,000. This procurement will result in a firm fixed price contract. Only U.S. citizens may participate in this solicitation and resultant contract. Part I of Solicitation N44255-04-R-9102 will be available on 27 June 2005. NOTE: Full plans and specifications will not be available until approximately November 2005. This project will construct an 180,000-ft2 multi-level (approximately 270 ft by 360 ft), below-grade, earth covered, internal and external blast hardened, heavily reinforced concrete structure. Special features of the facility include: Two tunnels (approximately 400 ft long, 20 ft wide, and 16 ft tall) to provide heavy vehicle access to and from the below-grade levels; above ground mechanical and production support buildings; power-operated physical security and blast-resistant doors; (7) overhead bridge cranes (2 ton capacity), (3) elevators, lightning protection system, grounding system, emergency air purge system, and multiple independent HVAC systems (approximately 11). This project will also provide a new observation tower, utilities, and other site improvements. The existing perimeter fence, and roads will be expanded to encompass the new facility. The anticipated contract duration is approximately 1235 calendar days. The exact duration will be stipulated in the solicitation. The Navy intends to issue the construction solicitation in two parts: Part I will consist of Prequalifying of Sources in accordance with DFARS 236.272. The purpose of Prequalifying firms is to develop a list of Qualified Firms who possess the proven competence to perform the construction of MCON P-973. No pricing will be requested during prequalifications however firms must demonstrate the capability of bonding over $100,000,000. The solicitation shall state the prequalification requirements but it is anticipated to include Prime and Major Subcontractor Experience. Additionally, the Government will conduct a responsibility determination consistent with FAR Part 9. Only firms who participate in the Prequalification of Sources and are determined to possess the necessary competencies will be able to participate in Part II, the Construction Request for Proposals (RFP). Offerors will need to request by e-mail Part I of the solicitation, prequalification from the contracting officer (mark.snell@navy.mil). The Government reserves the right to reject any or all prequalification submissions at any time. FIRMS ARE ADVISED THAT THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT COMMUNICATIONS OR CLARIFICATIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. Therefore, prequalification submissions should be submitted initially on the most favorable terms. Firms should not assume that they would be contacted or afforded an opportunity to qualify or revise their qualifications. FIRMS SUBMITTING PREQUALFICATIONS WILL NOT BE COMPENSATED. Once the prequalification procedures are completed, qualified Prime Construction Contractors will be posted to the Navy’ s www.esol.navfac.navy.mil website to facilitate subcontracting opportunities. All prime contractors/subcontractors/suppliers are advised to register and periodically review www.esol.navfac.navy.mil for any changes/additions. There will be no site visits during prequalifications. A pre-proposal conference is scheduled for 9 August 2005 at the Assembly Hall at Jackson Park Community Center, Bremerton, WA. Registration and a map are provided at www.esol.navfac.navy.mil. Estimated closing date for receipt of prequalification submissions is 14:00 local time (PDT), 15 September 2005. After the completion of Part I of the solicitation, Part II can commence. Part II will consist of Source Selection (negotiated) best value procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. Only those firms found to possess the necessary competencies as stipulated in the Prequalification will participate in Part II, the Construction RFP. It is anticipated that this procurement will be evaluated on the following factors: 1) Technical (Past Performance; Safety); 2) Management (Key Personnel; Management Organization; Small Business Utilization); and 3) 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 proposals 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; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS 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. OFFERORS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. Anticipated construction contract award is January 2006. Full plans and specifications will be issued only during Part II, Construction RFP. Subcontractors/Suppliers shall be notified of plans and specifications availability via ESOL only. It is each firm’s responsibility to periodically check www.esol.navfac.navy.mil for the specific date that plans and specifications shall be made available. It is anticipated that offerors shall be charged for plans and specifications. Additional information regarding plans and specifications distribution and charges will be included in the Part I Prequalification RFP. It is anticipated that an additional pre-proposal conference will be scheduled after the completion of Part I of the solicitation and issuance of Part II Construction Request For Proposal. The e-mail address for inquiries is mark.snell@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 09-FEB-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N44255/N44255-04-R-9102/listing.html)
- Place of Performance
- Address: Strategic Weapons Facility, Pacific, Naval Base Kitsap, Bangor Complex, Silverdale, Washington
- Zip Code: 98315
- Country: United States
- Zip Code: 98315
- Record
- SN00985098-F 20060211/060209215119 (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 |