Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOLICITATION NOTICE

Y -- P-702 Specialized SERE Training Facility, Spokane, WA

Notice Date
9/25/2009
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425509R7006
 
Response Due
11/2/2009
 
Archive Date
12/2/2010
 
Point of Contact
Gabe D. Perez 360-396-1861 Gabe Perez, gabe.d.perez@navy.mil
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED AS AN 8(a) COMPETITIVE, TWO PHASE DESIGN BUILD SOLICITATION. THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE CONTRACT UNDER SOLICITATION/REQUEST FOR PROPOSAL N44255-09-R-7006, P-702 SPECIALIZED SERE TRAINING FACILITY AT JOINT PERSONNEL RECOVERY AGENCY, WA. The NAICS Code for the proposed acquisition is 236210. The size standard is $33,500,000.00. The Federal Supply Code is Y119. Competition for this procurement is limited to eligible 8(a) firms located in Washington State and 8(a) participants in good standing, serviced by a SBA office outside of the state of Washington but having a Bona fide branch office in the state of Washington. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. The SBA has assigned the number 1013-09-909337 for tracking purposes of this contract requirement. 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 correction and/or changes are allowed after the submission of proposals. DESCRIPTION OF WORK: This is a two phase design-build project to construct two new stand alone training buildings and an addition to an existing building at the Joint Personnel Recovery Agency (JPRA) Survival Evasion Resistance and Escape training facility in, Spokane, Washington. The project consists of two major categories of work: First, construction of two stand-alone training buildings and an addition. The buildings are: a combined Specialized Training Lab (STL) 17,106 SF/Training Operations Center (TOC) 8, 238 SF, and a Resistance Training Laboratory (RTL) 19, 332 SF. The addition (PRTF Addition) adds 2,875 SF to an existing building, the Personnel Recovery Training Facility. Total new construction is 47,551 SF. The second major category is paving, and site preparation, including installation of telecommunications, electrical and mechanical utilities. Project site improvements include grading, landscaping, road improvements and construction of sidewalks and parking areas. One of the buildings or the addition shall be LEED Silver certified and will comply with EPACT 2005. Sustainable design will be integrated into the design development, and construction in accordance with Executive Order 13123, the Energy Policy Act 2005 and Silver Leadership in Energy and Environmental Design (LEED) criteria. AWARD INFORMATION: The Government will award one Firm-Fixed Price contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the "best value" to the Government, price and technical factors considered. During phase one, proposers will be evaluated on: Factor I: Relevant Experience and Factor II: Past Performance and Safety. Following the review, evaluation and rating of these proposals, the Government intends to select no more than five, of the highest rated contractors to receive the technical requirements package to participate in the Phase Two process of this solicitation. Phase Two, proposers will be evaluated on: Factor III: Basis of Design and Factor IV: Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation for phase one will be available for viewing and downloading at https://www.neco.navy.mil, upon issuance. Prospective Offerors must and should immediately register themselves on the web site. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror's must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.bpn.gov/ccr/. All inquiries should be submitted to Mr. Gabriel D. Perez (360) 396-1861 or via email gabe.d.perez@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425509R7006/listing.html)
 
Record
SN01970214-W 20090927/090926000444-ccaa3e4e00f966f657a2b665268df5c8 (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.