MODIFICATION
Y -- This is a Synopsis announcement to advertise for the Restoration and Modernization Energy Efficiency Special Project at Naval Base Kitsap (NBK) Bremerton, WA.
- Notice Date
- 12/27/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
- ZIP Code
- 00000
- Solicitation Number
- N4425513R4000
- Response Due
- 12/3/2012
- Archive Date
- 1/4/2013
- Point of Contact
- Harlan 'Neal' Gaulden (360)396-6391
- Small Business Set-Aside
- N/A
- Description
- This procurement is for the design and construction of all associated infrastructure and utilities for RM 11-12803 and RM 10-10044 Energy Efficiency Special Projects at NBK Bremerton, WA 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, including the restoration and modernization of up to eight buildings, which will occur by replacing existing inefficient and/or non-functioning building systems with fully functioning high efficiency building systems and retro commissioning. The purpose of the project is to fulfill the requirements of Energy Independence & Security Act (EISA) 2007 to implement energy and water conservation measures in various buildings located within the Puget Sound Naval Shipyard Bremerton at Naval Base Kitsap. Type of systems to be upgraded/replaced include but are not limited to hydronic heating conversions, boilers, installation of split unit AC units, hot water tank replacement, installation of heat exchange and recovery systems, insulation, VFD retrofits, ventilation upgrades, digital controls, weather sealing, lighting upgrades and low flow restroom fixture upgrades. The project also provides for seismic and sprinkler upgrades to B147, demolishes four buildings and an addition to Building 147. 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 $10,000,000 and $25,000,000. The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following: PHASE I: Factor 1 “ Technical Approach, Factor 2 “ Experience, and Factor 3 “ Past Performance, and Factor 4 “ Safety; PHASE II: Factor 5 “ Technical Solution, and Factor 6 “ Small Business Utilization, and Non-Price Factor “ Price. The Phase I evaluation will result in a determination of the most highly qualified Offeror ™s. These Offeror ™s will be requested to submit a Phase II proposal. A maximum of five (5) Offeror ™s will be selected to submit a Phase II proposal. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase I RFP will be posted on the NECO website at www.neco.navy.mil on or about 30 days from December 27, 2012. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offeror ™s MUST register on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference will be scheduled at a later date. The conference will also include an opportunity for Prime Contractor and Small Business Subcontractor networking. Interested Prime Contractors and Small Business Subcontractors are encouraged to participate and to come prepared for this event. Registration for the conference will be by email. Please forward attendance information to Harlan Gaulden at harlan.gaulden@navy.mil. A site visit will be held only during Phase Two and only for those that have been selected to proceed to Phase Two. No reimbursement will be made for any costs associated with this announcement, attending pre-proposal conferences or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425513R4000/listing.html)
- Record
- SN02955731-W 20121229/121227233606-d2f1d7e539846fa3b352a94db0ac8aaf (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 |