SOLICITATION NOTICE
Y -- P983 - Land Water Interface, Naval Base Kitsap, Bangor WA. Construction of three fixed fighting positions and two abutments.
- Notice Date
- 9/16/2015
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
- ZIP Code
- 00000
- Solicitation Number
- N4425515R6005
- Response Due
- 11/2/2015
- Archive Date
- 9/16/2016
- Point of Contact
- Spencer Butherus 360-396-0235
- E-Mail Address
-
spencer.butherus@navy.mil
(spencer.butherus@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- P-983 Land Water Interface at Naval Base Kitsap, Bangor, WA Synopsis: This project is for the construction of three elevated fixed fighting positions which will provide security for the Waterfront Restricted Area (WRA) Land Water Interface (LWI) and two abutments located at Naval Base Kitsap, Bangor, WA. The two abutments will connect both ends of the landside WRA security system to the existing floating barrier security system. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and will comply with AT/FP regulations, and physical security mitigation in accordance with Department of Defense (DoD) Minimum Anti-Terrorism Standards for buildings. Access to the WRA requires a security clearance. The site is located in areas subject to periodic emergency and security operation drills. This procurement is for design-bid-build (DBB) construction services and will be solicited utilizing full and open competition. This procurement uses source selection procedures in accordance with FAR Part 15. This project is currently classified as śUCNI ť or Unclassified Controlled Nuclear Information and the work products of this contract will be UCNI. All applicable śUCNI ť controls will be maintained as required by OPNAV Instruction 5570.2. Foreign nationals cannot work on nor have access to any documents related to this project. The Government is to allow only contract workers that provide proof of U.S. citizenship. Special handling and security will be required for government provided information and contractor created work products. Interested parties must meet the general security requirements of the solicitation noted on a DD 254, DOD Contract Security Classification Specification. 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), offers the best value to the Government, using the lowest price technically acceptable (LPTA) source selection process. The LPTA process is being utilized because best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Part One of the solicitation process will consist of a Prequalification of Sources in accordance with DFARS 236.272. Proposers will be evaluated on: Factor 1: Recent, Relevant Experience, Factor 2: Past Performance, and Factor 3: Safety. Following the review, evaluation and rating of these proposals, the Government intends to select up to a maximum of five of the highest rated Offerors to receive the technical requirements package to participate in Part Two of this solicitation process. THE DETERMINATION OF PREQUALIFIED FIRMS MAY BE MADE WITHOUT COMMUNICATIONS OR CLARIFICATIONS OR ANY CONTACT CONCERNING THE PREQUALIFICATION SUBMISSION RECEIVED. ONLY FIRMS WHO PARTICIPATE IN THE PREQUALIFICATION OF SOURCES AND ARE DETERMINED TO POSSESS THE NECESSARY COMPETENCIES EXPRESSED IN THE PREQUALIFICATION CRITERIA MAY SUBMIT A PROPOSAL IN RESPONSE TO PART TWO OF THE SOLICITATION. In Part Two of the solicitation, participants will be evaluated on: Factor 4: Price. The Government reserves the right to reject any or all proposals at any time prior to award. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. The estimated total contract price range, in accordance with DFARS 236.204, is between $10,000,000 and $25,000,000. This procurement shall be in accordance with Buy American clauses FAR 52.225-11 and 12. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a DBB construction contract similar to the scope indicated. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP Part One will be posted on the Federal Business Opportunities (FBO) website at www.fbo.gov, and the Navy Electronic Commerce Online (NECO) https://www.neco.navy.mil/ on or about October 1, 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 on the website. Offeror ™s must also be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov. No reimbursement will be made for any costs associated with this announcement, attending pre-proposal conferences or any follow-up information requests. Results of Sources Sought A sources sought was used to conduct market research to determine if qualified small businesses were interested in performing this project. The sources sought notice was issued using solicitation number N4425516MKTG1, which was posted on July 20, 2015 with a due date of August 3, 2015. The sources sought requested responses from interested prime contractors. The Government received a total of one response from a small business. After a careful review of the single submittal, the government determined that the respondent was unqualified as multiple projects submitted were determined to be non-relevant or only partially relevant to this scope of work. Based on the market research, it was determined that this procurement will be solicited utilizing full and open competition. The Seattle Small Business Administration (SBA) Office concurred with this decision. All inquiries should be submitted to Spencer Butherus (360) 396-0235 or via email to spencer.butherus@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425515R6005/listing.html)
- Place of Performance
- Address: Naval Base Kitsap, Bangor, Silverdale, WA
- Zip Code: 98315
- Zip Code: 98315
- Record
- SN03889533-W 20150918/150916235811-b4ce4f99cd0d8923fda4602264dd9b07 (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 |