Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2014 FBO #4513
MODIFICATION

Y -- FY14 MCON P-320 SUBMARINE PRODUCTION SUPPORT FACILITY FOR PEARL HARBOR NAVAL SHIPYARD AND INTERMEDIATE MAINTENANCE FACILITY, PEARL HARBOR NAVAL COMPLEX, PEARL HARBOR, HAWAII

Notice Date
4/1/2014
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134, United States
 
ZIP Code
96860-3134
 
Solicitation Number
N6274214R1304
 
Archive Date
6/6/2014
 
Point of Contact
Ann H Saki-Eli, Phone: (808) 474-5356
 
E-Mail Address
ann.sakieli@navy.mil
(ann.sakieli@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The project includes renovation / addition to the existing building 9 and 9A at the Pearl Harbor Naval Shipyard and Industrial Maintenance Facility, Hawaii. This project will consolidate the nuclear support functions adjacent to the waterfront minimizing the handling of radioactive material and exposure of personnel to radiation. The project will consolidate production support functions a newly converted facility and a new addition to Buildings 9 and 9A. The work also includes demolition of buildings. The building spaces will provide nuclear mock-up training areas, classrooms, and office spaces; storage areas, seismic and wind resistant upgrades, reroofing, laboratory, and loading dock. Built-in equipment includes a bridge crane and supporting infrastructure. The work includes selective demolition, security fences interior/exterior painting, interior and exterior doors, roll-up doors, concrete walls, metal stud and gypsum board walls, acoustical ceiling panels, interior finishes, fire sprinkler, fire and security alarm systems, electrical power and lighting, HVAC systems, underground ductbanks, manholes, potable water, chilled water, compressed air, nitrogen system, sanitary sewer, storm water, fire protection and incidental related work. Site preparation includes demolition of concrete slabs, regrading, and repaving. The work will also include one pre-priced Option for the procurement and installation of the Electronic Security System. In accordance with FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item, the Government may exercise the option by written notice to the Contractor within 630 days of contract award. Further, this project will procure furniture, fixtures and equipment (FF&E) to allow for a fully functional, fully integrated, higher quality facility for the customer and quicker delivery date. A site visit has been scheduled for 24 April 2014, 9:30 a.m., H.S.T. This site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. Please note that visitors shall be U.S. citizens and U.S. nationals only. Further, U.S. citizen employees of a foreign owned, controlled, and/or influenced company (including parent) for access purposes are considered foreign nationals. Foreign interest is defined by DoD 5220.22-M (National Industrial Security Program Operating Manual) as: "Any foreign government, agency of a foreign government, or representative of a foreign government; any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the U.S. or its possessions and trust territories, and any person who is not a citizen or national of the United States." A Company Official (i.e. President, Vice President, Board Member, General Manager) shall provide a signed/dated statement on Company letterhead as follows: "I, ________________, verify that (insert company name) does not have any foreign interest as (Name/Title) defined by DoD 5220.22-M." Offerors interested in attending the pre-proposal site visit must complete and submit the PH-SYD 5512/28 Rev 8-12 form and provide the required Certification. If you do NOT have a Rapidgate pass to access the base, please submit the completed JBPHH/JB2 Form 0-180 in addition to the PH-SYD 5512-28 Rev 8-12 form and required Certification. All forms shall be submitted to Ms. Ann Saki-Eli at ann.sakieli@navy.mil on or before 10 April 2014, 2:00 p.m. HST (NO EXCEPTIONS). Photograph and photographic equipment are prohibited, to include cellular phones with camera features. Further, Portable Electronic Devices (PEDs) are also prohibited. PEDs include pages, mobile/cellular telephones (with/without cameras), personal digital assistants/job performance aids, laptop/notebook / handheld computers, digital imagery (still / video) devices, analog / digital sound records (e.g., I-Pods), video game devices, USB devices, and devices of similar capability, functionality or design. Estimated range is from $25,000,000 to $50,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236210 AND AVERAGE ANNUAL RECEIPTS IS $33.5 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 1100 calendar days. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The technical evaluation factors are anticipated to be as follows: (1) Offeror's Relevant Experience; (2) Offeror's Past Performance; (3) Safety; and (4) Construction Plan. The Request for Proposal (RFP) will be available on or about 7 April 2014. The RFP can be accessed at the following direct link https://www.fbo.gov after the RFP is issued. Hard copies containing the RFP will not be issued. Contractors must register with FBO to obtain access to the solicitation. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the solicitation. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the solicitation. Amendments will be posted to FBO and can be accessed at the following direct link https://www.fbo.gov. It is the offeror's responsibility to check the FBO website periodically for any amendments to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274214R1304/listing.html)
 
Record
SN03325717-W 20140403/140401234809-079e6cf5e02faee5ca7b33cef503ce0e (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.