Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
SOLICITATION NOTICE

Y -- Joint Task Force (JTF) Barracks, Naval Station (NS) Guantanamo Bay, Cuba

Notice Date
1/30/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945018R1303
 
Point of Contact
Olisha Costa 904-542-0473
 
Small Business Set-Aside
N/A
 
Description
This Pre-Solicitation Notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award a firm fixed price (FFP), design-build (D-B) construction contract for Joint Task Force (JTF) Barracks, Naval Station (NS) Guantanamo Bay, Cuba. JTF Barracks proposed project will construct a modified austere standard design barracks. Primary facilities include living and sleeping quarters (848 PN), information systems, fire protection and alarm systems, energy monitoring and control system connection. Work also includes special foundations, a substation upgrade, redundant power generator, water storage and pump station, a water treatment plant and Post Construction Award Services (PCAS). Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, storm drainage, information systems, landscaping and signage. The cost includes transporting all the construction materials/labor/equipment from the United States to Cuba and to provide temporary housing on site during the entire construction duration for the contractor ™s entire labor force and displaced troop personnel since there are no local alternatives. Heating and air conditioning will be provided by self-contained system. Facilities will be designed in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings. Facilities will be designed to the DoDs Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided if a requirement for remediation of environmental contamination arises during execution of this Barracks. The Request for Proposal (RFP) will be issued as a competitive requirement open to all qualified firms in accordance with FAR Subpart 6.1, Full and Open Competition. The RFP will be open to participation by interested firms with specialized experience and qualifications required by this contract. The source selection method to be used is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. Formal two-phase source selection will be used to select the proposal that provides the best value to the Government from a technical and price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation. Contract award is anticipated on or around April 2019. The period of performance for the contract will be 900 days. The estimated price range for the entire project is between $25,000,000 and $100,000,000. The NAICS Code is 236220 with a small business size standard of $36,500,000. This will be an electronic solicitation, which can be downloaded from Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Phase-Two (exact date and time will be specified in the solicitation). Phase-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e425c06c2d12869ed0191a6fb18edf61)
 
Record
SN04803675-W 20180201/180130230839-e425c06c2d12869ed0191a6fb18edf61 (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.