Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2012 FBO #4054
SOLICITATION NOTICE

N -- RM 1113414 ENERGY – MODERNIZE INDUSTRIAL CONTROL SYSTEM

Notice Date
12/28/2012
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425513R4002
 
Point of Contact
Angelina Robinson 360-396-0236
 
E-Mail Address
angelina.robinson@navy.mil
(angelina.robinson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RM 1113414 ENERGY “ MODERNIZE INDUSTRIAL CONTROL SYSTEM SYNOPSIS Subject: Y “ This is a Synopsis announcement to advertise for RM 1113414Energy “ Modernize Industrial Control System at Naval Base Kitsap Bremerton, WA and Naval Base Kitsap Bangor, Silverdale, WA, and Keyport, WA. Synopsis Date: December 28, 2012 Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command Northwest, Non-Regional Acquisition Team, Attn: Angelina Robinson, Code ACQ3.1, 1101 Tautog Circle Ste. 313, Silverdale, WA 98315-1101. Place of Performance: Puget Sound Naval Shipyard, NBK Bremerton, WA 98314 Naval Base Kitsap Bangor, Silverdale, WA 98315 Keyport, WA 98345 NAICS Code: 238210 “ Electrical Contractors and Other Wiring Installation Contractors Classification Code: N “ Installation of Equipment Solicitation No.: N44255-13-R-4002 Response Date: Not Required. Contracting POC: Angelina Robinson, Contract Specialist, Phone (360)396-0061, Email angelina.robinson@navy.mil Set-Aside: N/A ƒ Synopsis: This procurement is for the design and construction of all associated infrastructure and utilities for RM 1113414 Energy “ Modernize Industrial Control System at Naval Base Kitsap Bremerton, WA and Naval Base Kitsap Bangor, Silverdale, WA, and Keyport, 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 for repair and modernizing the Industrial Control System (ICS) located in Naval Base Kitsap, Bremerton, WA, Naval Base Kitsap, Bangor, WA, and Keyport, WA. The type of work includes the repair and/or replacement of existing Direct Digital Control (DDC) building controllers, installation of new DDC building controllers and sensors, installation of computer workstation at designated network access point, programming and reprogramming of (DDC) controllers to optimize data collection, and other related incidental work. Controllers at each facility will be integrated into the existing Naval Regional Northwest Industrial Control System (NRNW ICS) for the purpose of data collection to improve energy, water and maintenance savings. The NRNW ICS network servers are located in the ICS Operation Center Building 1305 at Naval Base Kitsap Bangor. Many buildings have existing DDC building level controllers manufactured by many different vendors which are required to be made compatible with Niagara AX. The estimated total contract price range, per FAR 36.204, is between $10,000,000 and $25,000,000. This procurement shall be in accordance with FAR 52.225-9/11/12, Buy American Act “ Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract similar to the scope indicated. 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 January 31, 2013. 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 within the first two weeks of February at the Naval Undersea Museum, 1 Garnett Way, Keyport, WA 98345. 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 Angelina Robinson at angelina.robinson@navy.mil. A site visit will be held only during Phase I and only for those that have been selected to proceed to Phase II. 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/N4425513R4002/listing.html)
 
Record
SN02956391-W 20121230/121228233533-48c4742c0c14a1ad72a53ff66612f9f2 (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.