Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
SOLICITATION NOTICE

Y -- Pre-Solicitation notice for N44255-11-R-9004 (P-990)

Notice Date
5/17/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425511R9004
 
Archive Date
7/1/2011
 
Point of Contact
Scott C. Blair (360) 396-0236
 
Small Business Set-Aside
N/A
 
Description
Solicitation No: N44255-11-R-9004 Title: Explosives Handling Wharf #2 (EHW-2) at the Naval Base Kitsap “ Bangor, WA. Type: RFP ~ Pre-Solicitation Notice Status: Pre-Bid/Proposal Location: Naval Base Kitsap Bangor at Silverdale, WA. Issue Date: June 1, 2011 Due Date for Pre-qualifications: July 1, 2011 Due Date for Part 2: December 5, 2011 Estimated Award Date: March 30, 2012 Anticipated Site Visit: November 4, 2011 Funding Limitation: Price range is $500,000,000 and greater Preference Program: Full and Open, unrestricted Contracting POC: Scott C. Blair 360.396.0236 scott.c.blair@navy.mil Posted on Web: Yes Synopsis or Description THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON A FULL AND OPEN, TWO PART, DESIGN-BID-BUILD SOLICITATION. THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE CONTRACT UNDER SOLICITATION/REQUEST FOR PROPOSAL N44255-11-R-9004, EXPLOSIVES HANDLING WHARF #2 (EHW-2) AT THE NAVAL BASE KITSAP “ BANGOR, WA. The NAICS Code for the proposed acquisition is 237990. The size standard is $33,500,000.00. The Federal Supply Code is Y199 (Construction of Facilities, Misc Buildings). DESCRIPTION OF WORK: The project provides construction of a second Explosives Handling Wharf (EHW) adjacent to the existing EHW located in Hood Canal at the Naval Base Kitsap - Bangor, WA. The project location is on the industrial waterfront within the waterfront restricted area. Access to the waterfront restricted area requires a security clearance. Additionally, the site is located in areas subject to periodic emergency and security operation drills. The proposed wharf location is an area where the water depth varies from approximately 0 ™ to 95 ™. The project includes the wharf, wharf cover, warping wharf, and approach trestle connecting the wharf to the shore. The project also includes a wharf support building located within the main wharf cover, lightning towers, supporting facilities and utilities which include but are not limited to communications systems, cathodic protection, parking & site improvements, and two (2) overhead crane systems with crane rails and supporting infrastructure. This project also incorporates Anti-Terrorism/Force Protection (AT/FP) features and sustainable design requirements. This project is currently classified as śUCNI ť or Unclassified Controlled Nuclear Information and the work products of this contract will be UCNI. All applicable śUCNI ť controls will be maintained as required by OPNAV Instruction 5570.2. Foreign nationals cannot work on nor have access to any documents related to this project. The Government is to allow only contract workers that provide proof of U.S. citizenship with a need to know to work on this project. Special handling and security will be required for government provided information and contractor created work products. No reference to the purpose and use of the facilities shall be included in the design and construction documents. Interested parties must meet the general security requirements of the solicitation noted on a DD 254, DOD Contract Security Classification Specification. AWARD INFORMATION: The Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the śbest value ť to the Government, price and non-price factors considered. Part One will consist of Prequalification of Sources in accordance with DFARS 236.272. Proposers will be evaluated on: Factor 1: Relevant Experience, Factor 2: Past Performance, and Factor 3: Technical: Sub-factor 3.A: Crane Supplier relevant experience, past performance, quality and Factor 4: Safety. All non-price evaluation factors when combined will be approximately equal to price. Following the review, evaluation and rating of these proposals, the Government intends to select up to a maximum of five of the highest rated Offerors to receive the technical requirements package to participate in Part Two of this solicitation process. Proposers should be advised THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT COMMUNICATIONS OR CLARIFICATIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. ONLY FIRMS WHO PARTICIPATE IN THE PREQUALIFICATION OF SOURCES AND ARE DETERMINED TO POSSESS THE NECESSARY COMPETENCIES EXPRESSED IN THE PREQUALIFICATION CRITERIA MAY SUBMIT A PROPOSAL IN RESPONSE TO PART TWO OF THE SOLICITATION. In Part Two of the solicitation, participants will be evaluated on: Factor 3: Technical: Sub-factor 3.B: Construction Techniques and Scheduling, Factor 5: Small Business Utilization, and Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation for Part One will be available for viewing and downloading at https://www.neco.navy.mil, upon issuance. Prospective Offerors shall immediately register themselves on the web site. Amendments will be posted on the web site only for Part One. Therefore, it is the OFFEROR ™S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror ™s must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at https://www.bpn.gov/ccr/. All inquiries should be submitted to Mr. Scott C. Blair (360) 396-0236 or via email scott.c.blair@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425511R9004/listing.html)
 
Record
SN02449656-W 20110519/110517234351-4ace66ddeab3dcaccf25f81b4029bc75 (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.