MODIFICATION
56 -- Limited Area Processing and Storage Complex (LAPSC)
- Notice Date
- 9/29/2006
- Notice Type
- Modification
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N44255-04-R-9102
- Response Due
- 1/12/2007
- Archive Date
- 1/27/2007
- Point of Contact
- Mark Snell, Contract Specialist, Phone (360396-0239, Fax (360)396-0853, - Karen Gordon, Contract Specialist, Phone 360-396-0235, Fax 360-396-0853,
- E-Mail Address
-
mark.snell@navy.mil, karen.gordon@navy.mil
- Description
- 29 September 2006 Updated Synopsis This procurement (N44255-04-R-9102) is being issued UNRESTRICTED under the North American Industry Classification System (NAICS) Code 236210. The corresponding SBA size standard is $31 Million. The estimated cost range for this solicitation is between $100,000,000 and $250,000,000. This procurement will result in a firm fixed price contract. Only U.S. citizens may participate in this solicitation and resultant contract. This project will construct an 180,000-ft2 multi-level (approximately 270 ft by 360 ft), below-grade, earth covered, internal and external blast hardened, heavily reinforced concrete structure. Special features of the facility include: Two tunnels (approximately 400 ft long, 20 ft wide, and 16 ft tall) to provide heavy vehicle access to and from the below-grade levels; above ground mechanical and production support buildings; power-operated physical security and blast-resistant doors; (7) overhead bridge cranes (2 ton capacity), (3) elevators, lightning protection system, grounding system, emergency air purge system, and multiple independent HVAC systems (approximately 11). This project will also provide a new observation tower, utilities, and other site improvements. The existing perimeter fence, and roads will be expanded to encompass the new facility. The anticipated contract duration is approximately 1235 calendar days. The exact duration will be stipulated in the solicitation. Prequalification Update: Prequalifying of Sources in accordance with DFARS 236.272 is mandatory for prime contractors. The Prequalified Prime Contractors have been notified of the determination of Prequalification effective 15 September 2006. For subcontracting opportunities please keep your ESOL (https://esol.navfac.navy.mil/) plan holder?s information current, as the Prequalified Prime Contractors will be referred to this list. The front end of the Construction Request for Proposal is anticipated to be issued 11 October 2006. (Plans and Specs are anticipated to be issued 14 November 2006) Anticipated Construction Contract Award is April 2007. Part II Construction RFP will consist of Source Selection (negotiated) best value procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. Only those firms found to possess the necessary competencies as stipulated in the Prequalification will participate in Part II, the Construction RFP. It is anticipated that this procurement will be evaluated on the following factors: 1) Technical (Past Performance; Safety); 2) Management (Key Personnel; Management Organization; Small Business Utilization); and 3) Price. Proposals will be evaluated to determine which offer provides the best value to the Government. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED THAT 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. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. OFFERORS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. Anticipated construction contract award date is April 2007. Full plans and specifications will be issued only during Part II, Construction RFP. The plans and specifications will be issued in hard copy format only and only to the Prequalified Prime Contractors. The e-mail address for inquiries is mark.snell@navy.mil.
- Place of Performance
- Address: Strategic Weapons Facility Pacific,, Naval Base Kitsap Bangor,, Silverdale, Washington,
- Zip Code: 98315
- Country: UNITED STATES
- Zip Code: 98315
- Record
- SN01158331-W 20061001/060929221152 (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 |