Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2017 FBO #5601
SOLICITATION NOTICE

Y -- P-256 EA18G Maintenance Hangar, Naval Air Station Whidbey Island, WA

Notice Date
3/23/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425517R8002
 
Response Due
4/7/2017
 
Archive Date
4/7/2018
 
Point of Contact
Andy Hart 360-396-0061
 
Small Business Set-Aside
N/A
 
Description
This procurement is for the design build (DB) construction of P-256 EA-18G Maintenance Hangar at Naval Air Station Whidbey Island, WA. This procurement uses the source selection procedures in accordance with FAR Part 15. This is a two-phase DB procurement in accordance with FAR 36.3 and is being solicited utilizing full and open competition. 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 tradeoff source selection process. The tradeoff process is being utilized because it may be in the Government ™s best interest to consider award to other than the lowest price Offeror or other than the highest technically rated Offeror. The general scope of this requirement is for the DB construction of a ~56,000 SF maintenance hangar, and ~4,700 SF armament storage facilities in support of the EA-18G Growler aircraft. The facility will provide high-bay space for aircraft maintenance, maintenance shops, open bay warehouse for aircraft equipment, and administrative spaces. The hangar facility construction will include a steel framing system, concrete exterior walls with metal cladding, concrete/ steel composite deck, and metal roof. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Built-in equipment includes an Aqueous Film Forming Foam (AFFF) fire suppression system with collection trenches, including storage tanks with leak detection for containment of the AFFF solution. This project also includes an uninterruptable power supply unit, generator for hangar doors and one elevator that will be installed in the shops and administration spaces portion of the facility. The project will be located at Naval Air Station Whidbey Island, WA. The estimated total contract price range, in accordance with DFARS 236.204, is between $25,000,000 and $100,000,000. 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 DB construction contract similar to the scope indicated. The Government intends to evaluate proposals and award 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 “ Energy and Sustainable Design Factor 7 “ Small Business Utilization 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 (5) 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 DB contracting. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP 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 April 7, 2017. 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. Plan holders lists will not be faxed and will be available only at the website listed above. 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 market survey was completed by posting a Sources Sought under solicitation N4425517MKTG3 on FBO and NECO on November 23, 2016 with a due date of December 7, 2016. The sources sought requested responses from interested prime contractors and statements of capabilities. The Government received a total of one response from a small business. An analysis was made of the response, and the single respondent could not be considered qualified based on the submission. The sources sought analysis was provided to the SBA with the DD 2579 documentation. Additionally the Government performed various searches on the dynamic small business search website to identify potential capable small business. As a result of the market research, the contracting officer has determined there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns in accordance with FAR 19.502-2. The Activity Small Business Office concurs with this decision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425517R8002/listing.html)
 
Place of Performance
Address: Naval Air Station Whidbey Island, Oak Harbor, WA
Zip Code: 98277
 
Record
SN04445297-W 20170325/170323234557-d59b01c6c2eef9655bd7ea7d5590095b (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.