Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

Y -- P-157, Design/Build Fleet Region Readiness Center at Naval Station Everett, WA

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N4425508R6008
 
Point of Contact
Dianne Palmatier 360-396-0235 Dianne Palmatier 360-396-0235
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors. THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS AN 8(A) COMPETITIVE SOLICITATION. The NAICS Code for the solicitation is 236220 and the annual size standard is $31,000,000. The Federal Supply Code is Y131. This procurement will be solicited using Two-Phase Design-Build Selection procedures in accordance with FAR Part 36.3. This is a design-build project and shall include all necessary work to design and construct a 21,829 SF facility consisting of instructor offices, classrooms, laboratories, and support spaces. Project also includes renovating 6,565 SF in Bldg. 2000 to provide administrative support spaces, and constructing 22,050 SF parking lot. Sustainable principles shall be included in the design, development and construction of the project in accordance with Executive Order 13123 and other pertinent directives. The goal of this project is to achieve a U.S. Green Building LEED silver rating. The project shall meet UFC 4-010-01, Antiterrorism Standards for Buildings. The solicitation includes requirements for the design to be compatible with the Base Exterior Architectural Plan (BEAP) at Naval Station Everett. The estimated performance period for design and construction of this project is 530 calendar days from contract award. Competition for this procurement is limited to eligible 8(a) firms located in Region X which includes the states of Washington, Oregon, Idaho, and Alaska and 8(a) participants in good standing, serviced by a SBA office outside the states of Washington, Oregon, Idaho, and Alaska, but having a Bona fide branch office in the states of Washington, Oregon, Idaho, and Alaska. The SBA requirement number is 1013-08-802219 for tracking purposes. Joint Venture Agreements - Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to proposal due date to ensure compliance with established regulations and approved before award of a resulting contract. If your firm is contemplating a joint venture on this project, your firm must advise your assigned Business Development Specialist (BDS) promptly. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER THE SUBMISSION OF OFFERS. The Phase One Request for Proposal is planned to be issued on March 18, 2008. A pre-proposal conference and site visit is planned for April 1, 2008. The Phase One proposal due date is planned for April 17, 2008. During Phase One, offerors will be evaluated on: Factor I: Relevant Experience and Factor II: Past Performance which includes two Subfactors: Past Performance and Safety. Following the evaluation and rating of the Phase One proposals, the Government intends to select the most highly qualified offerors, up to a maximum of five (5) offerors, to participate in submitting a Phase Two proposal. Phase Two will be issued as an amendment to those selected offerors. Phase Two offers will be evaluated on: Factor III: Basis of Design, and Factor IV: Price. The Government intends to award one Firm-Fixed Price contract resulting from this two-phase solicitation to the responsible, responsive offeror whose proposal conforms to the solicitation considered to be the best value to the Government, price and technical factors considered. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced offeror or other than the highest technically rated offeror; and, to award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Offerors are advised that the GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially with the most favorable terms and condi tions. The solicitation will be available for viewing and downloading at https://www.neco.navy.mil upon issuance. Full plans and specifications will be provided as an amendment to the RFP during Phase Two. Prospective Offerors must and should immediately register themselves on the NECO website. Amendments will be posted on the NECO website. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR?S RESPONSIBILITY TO CHECK THE NECO WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr2000.com.
 
Record
SN01522647-W 20080305/080303224325 (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.