DOCUMENT
Y -- Design-Bid-Build, Firm Fixed Price Contract for Construction of P-712 Ship Berthing Power Upgrade, NAVSTA Rota, Spain - Attachment
- Notice Date
- 3/17/2015
- Notice Type
- Attachment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247015R5013
- Point of Contact
- Heather Race 757-322-8103 Lisa Sumpter
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE SOLICITED ON AN UNRESTRICTED BASIS. THE REQUEST FOR PROPOSALS (RFP) WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON OR ABOUT 2 APRIL 2015 MAR 2015. THE PROPOSAL DUE DATE WILL BE ON OR ABOUT 4 MAY 2015, 2:00 P.M. EDT NORTH AMERICA. Naval Facilities Engineering Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design-Bid-Build, Firm Fixed Price contract for construction of P-712 Ship Berthing Power Upgrade, NAVSTA Rota, Spain. This will be a full and open competitive procurement. The scope of work consists of the following: Replacement of the 66,000-5,5500V/50 hertz main electrical substation, 5 MVA frequency converters, upgrading motor-generator and diesel generators controls system to be fully integrated with static frequency converters, high-voltage gas-insulated switchgear, protective relays, 21/28/35 KNAN/KNAF/KNAF MVA power transformers, pier medium and low voltage feeders and services, site lighting, paving, site improvements, installation/testing of Government Furnished Material and Equipment and ancillary related work. The Government-Furnished material and equipment includes electrical equipment houses, metal clad switchgear, shore power stations, pad mounted transformers, pad mounted switchgear and ancillary equipment. The project site is located on Naval Station Rota, Spain. The period of performance is approximately 24 months after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The magnitude of construction is between $10,000,000 and $20,000,000. *Spanish Certificate of Classification requirements must be met to qualify for award. The required Certificates of Classification will be provided in the subsequent solicitation. This contract will require a Performance Bond pursuant to Federal Acquisition Regulation (FAR) 52.228-15, through an approved surety under the United States Treasury Department Circular 570. Based on the feasibility of a contractor to furnish a Performance Bond, offerors may provide a 10% Performance Guarantee, in accordance with Naval Facilities Acquisition Supplement (NFAS) 5252.228-9306, in lieu of a Performance Bond. The solicitation will be formatted as an RFP in accordance with the requirements designated by FAR 15.203 for a negotiated procurement utilizing procedures of FAR 36.2. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors proposals; permits discussions if necessary; and ensures selection of the source whose proposal provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Corporate Experience, Safety, and Past Performance. *A site visit to NAVSTA Rota, Spain will be required for this procurement. The anticipated date for the site visit is April 24, 2015. All dates are tentative and are subject to change. Due to the geographic location of this site, it is recommended that interested firms make prearrangements for travel (immunizations, etc. if applicable), base access and any other necessary requirements for overseas travel, as the solicitation will be limited to 30 days. Rota Base Access Requirements Spanish Nationals: Will need to complete the attached Work Pass Request and return to Ms. Vanessa Mejias via email at vanessa.mejiascab.sp@eu.navy.mil seven (7) days prior to the site visit. European/American Citizens: Will need to complete the attached Work Pass Request and provide a copy of passport to Ms. Vanessa Mejias via email at vanessa.mejiascab.sp@eu.navy.mil seven (7) days prior to the site visit. Other Nationals: Need to complete the attached Country Clearance Request and return to Ms. Vanessa Mejias via email at vanessa.mejiascab.sp@eu.navy.mil 21 days prior to the site visit. The Government intends to issue the Solicitation through the internet at www.neco.navy.mil and www.fbo.gov. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder s list off the Internet, if necessary. The official plan holder s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offeror s responsibility to check the website periodically for any amendments to this solicitation. FOUO (Unclassified) The drawings and specifications are marked For Official Use Only (FOUO) / Unclassified and are subject to Distribution Statement C. Drawings and specifications will be released with the Solicitation. Distribution Statement C: Distribution authorized to U.S. Government Agencies and their Contractors; Administrative/Operational use (June 1991). Other requests for this document will be referred to NAVFACENGCOM (Code 51). In order to access/view/download the Request for Proposal, drawings and specification from Federal Business Opportunities (FedBizOpps) each company is required to have a MPIN as described below. The Marketing Partner ID Number (MPIN) is mandatory for SAM registrants and contains nine characters. An MPIN is a personal code (password) that allows you to access government applications such as the FedBizOpps and Past Performance Information Retrieval System (PPIRS). To view your companys MPIN: 1.Go to the SAM Homepage: www.sam.gov. 2.Enter your user ID and password, then click the Log In button. 3.Locate your entity via the Complete Registrations or Incomplete Registrations link under Manage Entity in the left navigation pane. 4.Go to the Business Information page to view and change your MPIN. Getting Your MPIN 1.Look up your DUNS at the following URL: www.sam.gov 2.Check the status of your company profile. It must be active in the System for Award Management (SAM) for the user to be able to register it in FedBizOpps. 3.If there is a problem with the profile, such as expired account or a missing mandatory data element, please contact the Entity Registration Representative for your company. 4.If it is a new SAM registration (within 24 hours), please try again in 24-48 hours (excluding the weekend). That is how long it takes SAM to process the information and send the update to FBO.gov for processing. 5.If your SAM registration is active, and it has been more than 48 hours (excluding the weekend) since it was created, it is generally an issue where the incorrect DUNS/MPIN combination is being used. Please confirm the DUNS/MPIN information with your Entity Registration Representative again to ensure the correct MPIN is being used. Be careful not to confuse the TIN with the MPIN. For large companies with multiple DUNS, pay close attention to which MPIN is assigned to which DUNS. 6.If all of the above items are validated and you are still having an issue, please contact the Federal Service Desk for further assistance. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The SAM website can be accessed at www.sam.gov. Reference is made to FAR Clause 52.204 7), System for Award Management. Prospective offerors are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries please about this synopsis contact Heather Race at heather.race@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R5013/listing.html)
- Document(s)
- Attachment
- File Name: N6247015R5013_Synopsis_15-R-5013.pdf (https://www.neco.navy.mil/synopsis_file/N6247015R5013_Synopsis_15-R-5013.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247015R5013_Synopsis_15-R-5013.pdf
- File Name: N6247015R5013_Work_Pass_Request.xls (https://www.neco.navy.mil/synopsis_file/N6247015R5013_Work_Pass_Request.xls)
- Link: https://www.neco.navy.mil/synopsis_file/N6247015R5013_Work_Pass_Request.xls
- File Name: N6247015R5013_Country_Clearance_Request.doc (https://www.neco.navy.mil/synopsis_file/N6247015R5013_Country_Clearance_Request.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6247015R5013_Country_Clearance_Request.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247015R5013_Synopsis_15-R-5013.pdf (https://www.neco.navy.mil/synopsis_file/N6247015R5013_Synopsis_15-R-5013.pdf)
- Record
- SN03669877-W 20150319/150317234949-f81aa1cbd733c645cfe36ed48869434d (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 |