SOLICITATION NOTICE
Y -- FY15 MCON P-230, GROUND SUPPORT EQUIPMENT (GSE) SHOPS AT NORTH RAMP, ANDERSEN AIR FORCE BASE, GUAM
- Notice Date
- 12/30/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274215R1302
- Response Due
- 2/12/2015
- Archive Date
- 9/30/2015
- Point of Contact
- A. Saki-Eli 808-474-5356
- E-Mail Address
-
A. Saki-Eli
(ann.sakieli@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed solicitation will be issued following the two-phase design-build selection procedures in accordance with FAR 36.3 and the tradeoff source selection procedures of FAR Part 15.101 and 15.3. The Government will evaluate phase-one proposals and select the most highly qualified offerors (not-to-exceed five) to submit phase-two proposals. Only the selected firms will be issued the phase-two design-build RFP and given an opportunity to submit phase-two proposals. This project will construct (design-build) a one-story high bay composite facility with a ground support equipment (GSE) maintenance shop, a GSE holding shed, an aviation armament shop, and an aviation life support systems shop. The work includes concrete foundations, concrete exterior walls and roof structure, doors and frames, overhead rollup doors, storm louvers, roofing, floor finishes, acoustical ceilings, metal studs and drywall, exterior and interior painting, primary and secondary electrical power, lighting, telecommunications, grounding, pad mounted transformers domestic and fire protection water distribution, plumbing, sanitary sewer, HVAC, compressed air system, lube oil system, fire alarm/detection/mass notification systems, and incidental related work. Site work includes site clearing, excavation, earthwork and radon mitigation. Paving and site improvements include grading, drainage, portland cement concrete pavement, and asphalt concrete pavement. Built-in equipment includes bridge crane, monorail crane, vehicle lifts, prefabricated paint and blast booths and industrial ventilation and dust collection systems, and oil and water separators. The work also includes a pre-priced option for the procurement and installation of the electronic security system. Further, this project will procure furniture, fixtures and equipment. Estimated range is from $10,000,000 to $25,000,000. The North American Industry Classification System (NAICS) Code is 236220 and Average Annual Receipts Is $36.5 Million Over the Past Three Years. THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. All technical factors, when combined, are considered of equal importance to Past Performance. All non-price evaluation factors, when combined, are considered approximately equal to price. Phase-One Factors are: Factor 1: Technical Approach; Factor 2: Experience; Factor 3: Past Performance. Phase-Two Factors are: Factor 4: Safety; Factor 5: Energy and Sustainable Design; Factor 6: Workforce Housing Logistics and Material Management Plan; and Price. Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint. The contract completion period is anticipated to be 645 calendar days which includes installation of the furniture, fixtures and equipment and electronic security system. The phase-one Request for Proposal (RFP) will be available on or about 13 January 2015. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. A pre-proposal site visit will be held after issuance of phase-two. Printed copies or CDs of the RFP will not be issued. Amendments will normally be posted to the NECO web site. It is the responsibility of the offeror to check the NECO website periodically for any amendments to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274215R1302/listing.html)
- Record
- SN03605991-W 20150101/141230233839-5b740f1c85134a672ff78b8823068806 (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 |