Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2013 FBO #4148
DOCUMENT

Y -- P709/710 High Explosive Magazine and Warehouse, NAVSTA Rota, Spain - Attachment

Notice Date
4/1/2013
 
Notice Type
Attachment
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247013R3014
 
Point of Contact
Katya Oxley (757)322-4735 katya.oxley@navy.mil
 
E-Mail Address
ate
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE SOLICITED ON AN UNRESTRICTED BASIS. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY15 April 2013. Naval Facilities Engineering Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design-Bid-Build, Firm Fixed Price contract for construction of High Explosive Magazines and Warehouse at Naval Station Rota, Spain. This will be a full and open competitive procurement. The scope of work consists of the following: High Explosive Magazines and Inert Storage Facility: The work includes the furnishing of all labor, management, supervision, tools, materials, and equipment necessary to construct the P710 High Explosive Magazines and Inert Storage Facility at Naval Station Rota, Spain. The work includes two (2) reinforced concrete high explosive box-type, Earth Covered Magazines (ECM), each ~900 SM (9,682 SF) in size. The two-magazine compound includes a concrete lay down / staging area, site lighting and three (3) covered fork lift charging stations. The compound will be fenced. The project also includes a 613 SM (6,600SF) Inert Storage Facility (ISF). The project also addresses erosion problems to achieve stable ground cover at the existing earth-covered magazines. Additional earth cover and an animal exclusion fence shall be provided by the contractor. The solution will be implemented at all earth-covered magazines included in the contract documents. General Purpose Warehouse: The work includes the furnishing of all labor, management, supervision, tools, materials, and equipment necessary to construct a P709 General Purpose Warehouse at Naval Station Rota, Spain. This facility will be ~1,115 square meters (12,000 SF) in size and will be used for the storage of general maintenance gear. The warehouse is a one-story Type IIB non-combustible building with cast-in-place load bearing concrete walls, steel roof trusses and an inside clear height of 7m. The General Purpose Warehouse consists primarily of lay down storage, pallet racking, and caged storage. Separate areas for ships storage, contractor storage, exterior general storage, support space and forklift charging stations are also included. Support space consists of offices, a restroom, janitor's closet, electrical room, communications room and mechanical room. The building is accessed by individual personnel doors and two 3.6M wide by 4.3M high overhead coiling doors. The contractor storage and ships storage areas are accessed primarily from the exterior by personnel doors and an additional overhead coiling door. The project includes paved parking, site access road, security fencing, and miscellaneous other site improvements. The facility will incorporate upgraded seismic resistance. Electrical service and communications will be extended from existing service points of connection to the warehouse. The period of performance is anticipated to be approximately 546 calendar days after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The magnitude of construction is between $10,000,000 and $25,000,000. Spanish Certificate of Classification requirements must be met to qualify for award. The following certificates are needed: HIGH EXPLOSIVE MAGAZINES & OTHER BUILDINGS WITH THE SCOPE GROUP SUBGROUP CATEGORY B 2 f C 3 c C 7 b G 3 d I 6 b GENERAL PURPOSE WAREHOUSE GROUP SUBGROUP CATEGORY C 3 e C 7 d I 6 b This contract will require a Performance Bond pursuant to FAR 52.228-15, through an approved surety under the United States Treasury Department Circular 570. Based on the feasibility of a contractor to furnish a Performance Bond, offerors may provide a 10% Performance Guarantee, in accordance with NFAS 5252.228-9306, in lieu of a Performance Bond. The Request for Proposals (RFP) will be available for viewing and downloading on or about April 15, 2013. The proposal due date will be on or about May 30, 2013, 2:00 p.m. Eastern Day Time North America. The solicitation will be formatted as an RFP in accordance with the requirements designated by Federal Acquisition Regulation (FAR) 15.203 for a negotiated procurement utilizing procedures of FAR 36.2. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Corporate Experience, Past Performance, and Safety. A site visit to NAVSTA Rota, Spain will be available for this procurement. The anticipated date for the site visit is May 8, 2013. All dates are tentative and are subject to change. Interested parties must obtain Country Clearance prior to attending the site visit. The Country Clearance must be completed and submitted to Ms. Vanessa Mejias Cabanas via email at vannessa.mejias.cab.sp@eu.navy.mil NO LATER THAN 10 April 2013. The Government intends to issue the RFP through the Internet at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All prospective offerors are encouraged to attempt download from the website prior to obtaining the solicitation from alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder ™s list off the Internet, if necessary. The official plan holder ™s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. IMPORTANT NOTICE: All potential offerors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM). The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The SAM website can be accessed at www.sam.gov. Reference is made to FARS Clause 52.204-99 (DEV), System for Award Management Registration (August 2012) (DEVIATION). You are encouraged to register as soon as possible. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis, please contact Katya Oxley at katya.oxley@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013R3014/listing.html)
 
Document(s)
Attachment
 
File Name: N6247013R3014_N6247013R3014_Presolicitation_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N6247013R3014_N6247013R3014_Presolicitation_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247013R3014_N6247013R3014_Presolicitation_Notice.pdf

 
File Name: N6247013R3014_Country_ClearanceRequest_Package.doc (https://www.neco.navy.mil/synopsis_file/N6247013R3014_Country_ClearanceRequest_Package.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247013R3014_Country_ClearanceRequest_Package.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03025707-W 20130403/130401234820-1cfbefb61b810278788fe37bb3671a07 (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.