SOLICITATION NOTICE
Y -- RECOVERY--Y--PROJECT NUMBER 5014, NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA), PACIFIC REGIONAL CENTER (PRC), MAIN FACILITY, AT FORD ISLAND, PEARL HARBOR, HI
- Notice Date
- 3/25/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274210R1301
- Response Due
- 6/10/2010
- Archive Date
- 7/12/2010
- Point of Contact
- Norine E. Horikawa (808) 471-0870
- E-Mail Address
-
Norine Horikawa
(norine.horikawa@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY--PROJECT NUMBER 5014, NOAA PRC, MAIN FACILITY, AT FORD ISLAND, PEARL HARBOR, HI. The work includes construction of the Main facility designed to serve the National Oceanic and Atmospheric Administration Pacific Regional Center (NOAA PRC) campus as a research laboratory and administrative headquarters. The project is located on Ford Island, Pearl Harbor, Oahu, HI and involves adaptive reuse of approximately 203,000 GSF of historic hangers and 107,000 GSF of new construction on a 23.5 care historic landmark site. The diverse program includes marine biology laboratories, national data center, dive center, International Tsunami Information Center, Pacific Tsunami Warning Center, National Weather Service and administrative functions. Support functions include, but are not limited to, a visitor's center with permanent and temporary exhibits, auditorium and conference center, library and information center, training rooms, cafeteria, and an occupational health and fitness center. The work includes, but is not limited to, selective removal work, concrete work, concrete unit masonry, structural steel, metal fabrications, carpentry work, roofing, flashing and sheet metal, steel doors and windows, sliding hangar door rehabilitation, architectural finishes, building specialties, equipment for laboratory, furnishes, casework, fixed seating, elevators, fire protection and alarm systems, plumbing, HVAC and controls, electrical, communications, electrical safety and security, process integration, and incidental related work. Site work includes, but is not limited to, earthwork, exterior improvements, landscape, utilities, connecting utilities, asphalt concrete pavement, and incidental related site work. Hazardous material abatement work includes, but is not limited to, removal and disposal of hazardous building materials, such as, asbestos, lead, polychlorinated biphenyls (PCB) and mercury and incidental related work. Estimated range of construction is from $125,000,000 to $175,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $33.5 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the Offeror proposing the best value to the Government from a technical and price standpoint. When combined, the technical evaluation factors will be considered approximately equal to price. The technical evaluation factors are anticipated to be as follows: (1) Relevant Past Performance; (2) Experience/Qualifications; (3) Management Approach/Project Schedule; and (4) Small Business Utilization. The RFP will include an option CLIN for the furnishing of exhibit features, graphics and content. The Request for Proposal (RFP) will be available on or about 15 April 2010. The RFP, excluding the drawings, will be available through the NECO website https://www.neco.navy.mil. The RFP, including the drawings can be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6274210R1301 after the RFP is issued. Printed copies of the RFP will not be issued. Offerors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain access to the project. Registration instructions can be found on the FBO website. Once registered in FBO, the Offeror must request explicit access to the project. An email will be forwarded once the contracting office has approved or declined the request. Approved Offerors may view and/or download the project. Amendments will normally be posted to the web site https://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to https://www.neco.navy.mil. If the amendment contains drawings, the drawings can be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6274210R1301. Offerors may request an electronic copy of the plans that is in the Building Information Modeling (BIM) AutoCad Revit format. If interested, please contact Norine E. Horikawa at norine.horikawa@navy.mil for instructions. Responses to Request for Information (RFI) or other pertinent information that does not revise the RFP will be posted on the NECO website as "Notices." A pre-proposal site visit and conference will be held. The exact date and time will be posted on this website or may be posted on the NECO website as a "Notice." It is highly recommended that firms register on the NECO and on the FBO website as this will be the only plan holder's list available. It is the offeror's responsibility to check the NECO and FBO website periodically for any amendments or Notices to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R1301/listing.html)
- Place of Performance
- Address: Ford Island, Pearl Harbor, HI
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN02102200-W 20100327/100325234621-f1828beb1e36c2d8d4a2a0202eae60c0 (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 |