SOLICITATION NOTICE
Z -- P800 Steam Distribution System Decentralization, Naval Base San Diego, CA
- Notice Date
- 2/26/2015
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247315R1604
- Archive Date
- 4/30/2015
- Point of Contact
- Gene Romig 619-556-8251
- E-Mail Address
-
larry.romig@navy.mil
(larry.romig@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- A Market Survey was conducted by Sources Sought Announcement on 9 July 2014 posted on NECO/FedbizOpps seeking availability and capability of qualified and eligible businesses in the Small Business Programs. As a result of the market research analysis, the Government is not confident that there are a minimum of two verified, capable, small business contractors in any socio-economic program available to perform the design and construction services for this project. On 8 January 2015, the Small Business Program Office concurred with the following unrestricted, full and open competition determination. 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-800 Steam Plant Decentralization at Naval Base San Diego (NBSD), San Diego, California. This project disconnects the existing centralized steam distribution system and provides for the construction of localized mechanical systems for approximately 45 buildings and ten piers at Naval Base San Diego (NBSD). Mechanical systems include high efficiency natural gas water boilers, radiant gas heaters and other similar heating systems and associated piping to accommodate building and pier mechanical load requirements. The project will also discontinue use of the centralized steam system. This includes the modification, demolition and abandon-in-place of existing steam distribution lines and heat exchangers that support building systems such as hot water heaters and heating and ventilation systems. Dedicated steam plants will be constructed to serve the piers. The project includes renovation of all affected building spaces where the existing heating systems are renovated. 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. 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 manholes and repair paving, parking aprons, and other surfaces where 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 $100,000,000. The Government intends to evaluate proposals without discussions. Selection for award will be based on evaluation of the following: Phase I: Factor 1 “ Technical Approach, Factor 2 “ Experience, Factor 3 “ Past Performance, Factor 4 “ Safety; Phase II: Factor 5 “ Technical Solution, Factor 6 “ Small Business Utilization, Factor 7 “ Price. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of five Offerors will be selected to submit a Phase II proposal unless the contracting officer determines that a number greater than five is in the Government ™s 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 I RFP will be posted on the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil by 13 March 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 I is planned but no site visit will occur until Phase II.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247315R1604/listing.html)
- Record
- SN03652563-W 20150228/150226234416-07d381fe964e115c266de26b97200244 (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 |