Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2007 FBO #1887
SOLICITATION NOTICE

Y -- P-980 Reaction Force Facility Auxiliary Support Complex

Notice Date
1/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional 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
N4425-07-R-0005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS A SMALL BUSINESS SET ASIDE, PREQUALIFICATION OF SOURCES. The North American Industry Classification System (NAICS) Code is 236220. The corresponding SBA size standard is $31 million. The estimated construction cost range is between $10 and $12 million. This procurement will result in a firm fixed price contract. Prequalification of Sources is anticipated to be complete by March 2007. Estimated construction contract award is September 2007. Construction contract duration is estimated to be 460 calendar days. Only U.S. citizens may participate in this solicitation and the resultant contract. Part I of Solicitation N44255-07-R-0005 (Prequalification) will be available for download from NAVFAC?s Electronic Solicitation website (ESOL) http://esol.navfac.navy.mil on or about 28 February 2007. This project will construct an Auxiliary Reaction Force Facility (ARFF), A NE Armored Fighting Vehicle Operational Storage Facility (AFVOSF) and a new armory. These facilities will support the Auxiliary Reaction Force (ARF). The ARF provides backup capabilities to the existing reaction forces located in the SWFPAC limited area and restricted area located at Naval Base Kitsap, Bangor WA. The Navy intends to issue the construction solicitation in two parts: Part I will consist of Prequalifying of Sources in accordance with DFARS 236.272. The purpose of prequalifying firms is to develop a list of Qualified Firms who possess the proven competence to perform the construction of MCON P-980. No pricing will be requested during prequalifications however firms must demonstrate the capability of bonding over $10,000,000. The solicitation shall state the prequalification requirements. Additionally, the Government will conduct a responsibility determination consistent with FAR Part 9. Only firms who participate in the Prequalification of Sources and are determined to possess the necessary competencies expressed in the prequalification criteria may submit a proposal in response to Part II, Source Selection Phase. The Government reserves the right to reject any or all prequalification submissions at any time. FIRMS ARE ADVISED THAT THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. Therefore, prequalification submissions should be submitted initially on the most favorable terms. Firms should not assume they would be contacted or afforded an opportunity to qualify, discuss, or review their prequalifications. Firms will not be compensated for their prequalification submission. Estimated closing date for receipt of prequalification submissions is 14:00 local time (PDT), 15 MAR 07. Upon completion of Prequalification, Part 2, Source Selection Phase, shall commence. The source selection criteria shall be identified in the Source Selection Phase. Proposals will be evaluated to determine the best value to the Government. Full plans and specifications will only be issued during Part 2, Source Selection Phase. Subcontractors/Suppliers shall be notified of plan and specifications availability via ESOL. It is each firm?s responsibility to periodically check ESOL for the specific date that plans and specifications will be available. Plans and specifications for this solicitation will not be distributed electronically. 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 DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume they would be contacted or afforded an opportunity to qualify, discuss, or review their proposals. Offerors submitting technical and price proposals will not be compensated.
 
Place of Performance
Address: Naval Base Kitsap, Bangor, Silverdale WA
Zip Code: 98315
Country: UNITED STATES
 
Record
SN01218527-W 20070126/070124221508 (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.