Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2019 FBO #6517
SOLICITATION NOTICE

Y -- MILCON PROJECT P1024 NAVY V-22 HANGAR AT NAVAL BASE CORONADO, SAN DIEGO, CA

Notice Date
9/27/2019
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACTS, NAVY, 1220 Pacific Highway, San Diego, California, 92132-5190, United States
 
ZIP Code
92132-5190
 
Solicitation Number
N6247319R1240
 
Archive Date
12/30/2019
 
Point of Contact
Mary Grace Cortez, Phone: 6195324514
 
E-Mail Address
marygrace.cortez@navy.mil
(marygrace.cortez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
A Market Survey was conducted by Sources Sought Announcement on 9 July 2019 posted on NECO/ FedBizOpps seeking availability and capability of qualified and eligible businesses in the Small Business Programs. As a result of the market research analysis, the Government did not find a minimum of two (2) verified, capable, small business contractors in any socio-economic program available to perform the design and construction services for this project. On 22 August 2019, the Small Business Program Office concurred with the following unrestricted, full and open competition determination. THIS IS AN UNRESTRICTED COMPETITIVE PROCUREMENT IN ACCORDANCE WITH FAR SUBPART 6.1 FULL AND OPEN COMPETITION. This procurement will use the two-phase design-build selection procedures and consists of one (1) 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. The work to be acquired under this solicitation is for design and construction of a steel-framed, high-bay maintenance hangar with concrete foundation, concrete floors, interior partitions, steel roof deck, masonry walls and a pile foundation. The hangar will be equipped with a high-pressure air compressor system, passenger/freight elevator, crane (5 ton) and crane rails, back-up generators, and Aqueous Film Forming Foam (AFFF) system. The hangar will be 132,000 square feet and capable of supporting maintenance on six aircraft. The high-bay facility will be designed to accommodate the size requirements of the Navy V-22 aircraft. This project supports the transition plan for the Carrier Onboard Delivery (COD) mission to shift airframes from the C-2 Greyhound to the CMV-22B Osprey. Adequate aircraft maintenance facilities are required for Navy CMV-22B aircraft. A total of 17 CMV-22B aircraft between squadrons VRM-30 and VRM-50 will be based at Naval Base Coronado, requiring a total of one and one half modules of Type II hangar space. The Base Proposal Item includes all bonds, labor, materials, equipment, transportation, supervision, and incidental related work to provide design, construction, procurement, and installation services for a Type II maintenance hangar with high bays for the Navy V-22 aircraft at Naval Base Coronado, California. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million. The estimated price range for design and construction is between $25,000,000 and $100,000,000. The Government intends to evaluate proposals without discussions. Selection for award will be based on evaluation of the following: Phase I: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance Phase II: Factor 4 - Safety, Factor 5 - Technical Solution, Factor 6 - Energy Design Reduction, Factor 7 - Small Business Utilization, Factor 8 - Price. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of five (5) Offerors 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 Federal Business Opportunities website at https://www.fbo.gov on or around 15 October 2019. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference for Phase I is planned but no site visit will occur until Phase II.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cfd3b4e526af025a9e719ac17c9ba4ac)
 
Place of Performance
Address: NAVAL BASE CORONADO, CALIFORNIA, San Diego, California, 92135, United States
Zip Code: 92135
 
Record
SN05461445-W 20190929/190927230541-cfd3b4e526af025a9e719ac17c9ba4ac (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.