Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

Y -- Construction of Structures and Facilities

Notice Date
11/23/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247309R1230
 
Response Due
12/7/2009
 
Archive Date
12/22/2009
 
Point of Contact
Tanya Foster 619-532-4157 Tanya FosterContract Specialist619-532-4157
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: N62473-09-R-1230 Notice Type: Presolicitation Date:23 November 2009 This procurement is for the design and construction of P-1033 and P-1084 at Marine Corps Base, Camp Pendleton, California and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases. Source Selection procedures will be used with the intent to award a firm-fixed price construction contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the government, price and other factors considered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. The work to be acquired under this solicitation is for the design and construction of two (2) Enlisted Dining Facilities by design-build at Marine Corps Base, Camp Pendleton, California. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $33.5 million. The estimated price range is between $25,000,000 and $100,000,000. The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Specialized Experience and Technical Competence, Factor 2 - Past Performance, and Factor 3 - Management Approach; Phase Two: Factor 4 - Small Business Utilization, Factor 5 - Engineering Solutions of Offerors Team, and Factor 6 - Price. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. A maximum of five (5) Offerors will be selected to submit a Phase Two proposal. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the NECO website at www.neco.navy.mil on or about 7 December 2009. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference is tentatively scheduled for 15 December 2009 at 9:00 a.m. sharp. The conference will be held at the Holiday Inn on the Bay at 1355 North Harbor Drive, San Diego, CA 92101. Registration for the conference will be by email. Please forward attendance information to Tanya Foster at the following e-mail address: tanya.foster@navy.mil. A site visit will be held only during Phase Two.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247309R1230/listing.html)
 
Record
SN02009215-W 20091125/091123235004-aefd5e8f2a8d9fb8ce3e66df35591c91 (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.