Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
MODIFICATION

Y -- P-352A Industrial Skills Center, Phase II

Notice Date
6/18/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-02-R-1014
 
Response Due
7/24/2002
 
Point of Contact
Kimberlee Odiorne, Contract Specialist, Phone 360-396-0273, Fax 360-396-0850,
 
E-Mail Address
odiornekn@efanw.navfac.navy.mil
 
Description
This Request for Proposal (RFP) includes providing all labor, materials, and equipment to design and construct Industrial Skills Center, Phase II project and incidental related work through a design/build process. This work includes careful historic preservation of an exisiting building, as well as significant handling of hazardous materials/waste throughout the project. Planning and scheduling constraints will also play an essential role in the project's susccessful completion. The work shall be located at the Puget Sound Naval Shipyard, Bremerton, Washington.This procurement will result in a firm fixed price contract. The contract will be procured using Source Selection (negotiated) procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. This procurement is open to all business concerns. The estimated cost for this solicitation is $12,000,000. The North American Industry Classification System (NAICS) Code is 23331. The related small business size standard is $28.5 million. The anticipated contract duration is approximately 570 calendar days. The exact duration will be stipulated in the RFP. This procurement will be evaluated on 1) Past Performance and Experience, 2) Subcontracting Experience, Achievements, and Goals, and 3) Price. Proposals will be evaluated to determine which offer provides the best value to the Government. Best value is defined as the optimum combination of Past Performance and Experience, Subcontracting Experience, Achievement and Goals and Price for this work. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposer's; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL, SOCIO-ECONOMIC, AND PRICE PROPOSALS WILL NOT BE COMPENSATED. The solicitation will be provided for down load free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/ on or about 24 June 2002. Amendments and notices will be posted on the web site http://esol.navfac.navy.mil/ for downloading. This will be the only method of distributing the solicitation. It is the offerors responsibility to check the web site periodically for any amendments and notices to this solicitation. The official plan holder?s list will be maintained and can be printed from the web site only. All prospective offerors and plan centers are encouraged to register as plan holders on the web site. Location and points of contact for site visit(s) will be identified in the solicitation. All qualified responsible sources may submit an offer that shall be considered by the agency. Estimated closing for Proposals is 14:00 local time, 24 July 2002. If an offeror is a Large Business Concern, it shall submit a subcontracting plan for this contract in accordance with FAR 52.219-9, SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2000), ALTERNATE II (OCT 2000). The plan is a separate requirement for Large Business and is not part of the evaluation criteria for Technical Criteria Factor II.
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bremerton, WA
Country: United States of America
 
Record
SN00095558-W 20020620/020618214229 (fbodaily.com)
 
Source
FedBizOpps.gov 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.