Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2015 FBO #4800
SOLICITATION NOTICE

Y -- P-520 Steam Plant Decentralization at Marine Corps Recruit Depot (MCRD), San Diego, California

Notice Date
1/13/2015
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247315R3602
 
Response Due
1/28/2015
 
Archive Date
2/12/2015
 
Point of Contact
Johannes Cardenas 619-532-4438 Terry Hardin, 619-532-4714, terry.a.hardin@navy.mil
 
E-Mail Address
johannes.cardenas@navy.mil
(johannes.cardenas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS AN UNRESTRICTED COMPETITIVE PROCUREMENT IN ACCORDANCE WITH FAR SUBPART 6.1 FULL AND OPEN COMPETITION. This procurement will use the two-phase design-build selection procedures and consists of one solicitation covering both phases. Source Selection procedures will be used with the intent to award a firm-fixed price construction contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the Government. The work to be acquired under this solicitation is for the design and construction of P-520 Steam Plant Decentralization at Marine Corps Recruit Depot (MCRD), San Diego, California. This project involves the design and construction for decentralizing the production of steam-based space heating, domestic hot water heating, and process heating. Decentralization shall be accomplished by installing individual boilers at each building and responding to various facility improvements associated with each building. For each building, high efficiency natural gas water boilers, electric heaters, or similar heating system retrofits shall replace the existing steam heating system. High efficiency natural gas-fired water heaters, electric water heaters, or similar domestic water heating retrofits shall be provided for heating domestic hot water (DHW). A single heating plant with short sections of underground piping shall serve each building in the group where groups of buildings are clustered together or space restrictions prevent separate systems for each building. The project includes renovations of all affected building interiors where the existing heating systems are renovated within the occupied portions of existing buildings. Renovations include ceiling, wall, and roofing repairs, as well as furring to accommodate mechanical piping and electrical renovations. Mechanical utility work includes upgrading and expanding the natural gas laterals or valve box or vault for the underground natural gas piping system to provide the required gas service to the new gas-fired system retrofits and/or providing new gas lateral for building where there are no existing gas service. Each building shall service new gas loads as well as existing loads for building with existing gas service. Gas service to each facility shall include service meters with pulse output capable of remote reading. Electrical utility work includes modification of existing underground electrical to accommodate the decentralized steam system retrofits. Demolish the existing aboveground steam distribution system and disconnect from the existing central cogeneration steam plant to accomplish full decentralization of the steam system. Demolish existing steam tunnels, trenches, and manholes. Repair paving, parking aprons, and other surfaces where tunnels, trenches, and manholes are removed. The North American Industry Classification System (NAICS) code is 238220, and the annual size standard is $15 million. The estimated price range for design and construction is between $25,000,000 and $35,000,000. The Government intends to evaluate proposals without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 “ Technical Approach, Factor 2 “ Experience, Factor 3 “ Past Performance, Factor 4 “ Safety; Phase 2: Factor 5 “ Technical Solution, Factor 6 “ Small Business Utilization, Factor 7 “ Price. The Phase One evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase Two proposal. A maximum of five Offerors will be selected to submit a Phase Two proposal unless the contracting officer determines that a number greater than five is in the Governments interest and is consistent with the purposes and objectives of two-phase design-build contracting. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil by 30 January 2015. No hard copies will be provided. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference for Phase One will not be held. A pre-proposal presentation and document with frequently asked questions will be posted along with the solicitation on www.neco.navy.mil for your review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247315R3602/listing.html)
 
Place of Performance
Address: Marine Corps Recruit Depot, San Diego, CA
Zip Code: 92140
 
Record
SN03614844-W 20150115/150113234532-71de69b889266b0764a0ef6ccdecd56d (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.