Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
SOLICITATION NOTICE

Y -- PRESOLICITATION NOTICE FOR DEPARTMENT OF HOMELAND SECURITY, U.S. COAST GUARD DESIGN/BUILD CONSTRUCTION CONTRACT FOR RIGHT SIZE SHIP HANDLING FACILITIES, US COAST GUARD YARD, CURTIS BAY, MD

Notice Date
4/7/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-17-R-3EFK01
 
Point of Contact
Danyiele F. Peterson, Phone: 7578523407, Pamela Argilan, Phone: (757) 852-3449
 
E-Mail Address
danyiele.f.peterson@uscg.mil, pamela.j.argilan@uscg.mil
(danyiele.f.peterson@uscg.mil, pamela.j.argilan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is posted in accordance with FAR 5.2 and 36.213-2. This is an advance presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. DESCRIPTION: The U.S. Coast Guard Shore Infrastructure Logistics Center (SILC), Facilities Design and Construction Center (FDCC) intends to award a Firm-Fixed-Price (FFP) contract for the Design/Build Construction of Right-Size Ship Handling Facilities at U.S. Coast Guard Yard in Curtis Bay, MD. The project scope includes all supervision, labor, tools, materials, transportation, equipment and other services necessary to expand and to tie-in a new Land Based Transfer Area (approximately 62,000 square feet) to the existing Land Based Transfer Area to accommodate a third landside ship berth rail, and to bring both the old and new land based transfer areas into compliance with Maryland's storm water discharge permit requirements. The scope of work includes construction of a new tower crane rail just West of the new ship berth rail, relocating the existing electrified Pier 3 tower crane onto the new landside tower crane rails; demolition of the two-story, historic Building 68 (approximately 8,698 GSF, circa 1941), construction of a new communications building (approximately 160 GSF) to serve the landside transfer area, and demolition of incidental existing facilities and utilities (potable water, sanitary sewer, salt water, oxygen/propylene, compressed air, gas, steam, electrical, lighting and telecommunications). The project scope also includes all supervision, labor, material, and equipment necessary for the Design/Build option items to include (1) demolition of Building 6, the Acid Washing Facility (1,154 GSF, circa 1991) and construction of a new, single-story café' (approximately 1,692 GSF) within the site footprint of Building 6 and Parking Lot #1; and (2) demolition of the existing Syncrolift Control House, Building 160 (882 GSF, circa 1997) and the construction of a new Syncrolift Control House. The subsequent Contract will result in a C-Type design-build contract with a base bid award and options. LOCATION OF THE WORK: U.S. Coast Guard Yard in Curtis Bay, MD PERIOD OF PERFORMANCE: 821 calendar days from contract award TYPE OF CONTRACT AND NAICS: This solicitation will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (UNRESTRICTED). CONSTRUCTION MAGNITUDE: The price range for base item is approximately $18 million to $25 million. The price range for the option items is approximately $1 million to $3 million. SELECTION PROCESS: This procurement shall be solicited under the authority at FAR Subpart 6.1, Full and Open Competition and FAR Subpart 36.3, Two-Phase Design-Build Selection Procedures. Phase I of the selection shall be conducted as outlined in FAR 36.303-1. Phase II is prepared in accordance with FAR Part 15 and includes evaluation factors developed in accordance with FAR 15.304. Phase II shall be evaluated separately and in accordance with FAR Part 15. Potential offerors are invited to submit their performance and capability information as will be described in the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate factors such as (not necessarily in order): Corporate Experience: Construction Team, Corporate Experience: Design Team, Design/Build Management Approach and Past Performance. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. The selected offerors for Phase II will be invited to submit proposals as will be described in the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate factors such as (not necessarily in order): Means & Methods, Schedule, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 12 May 2017 and approximate closing date for Phase I is on or about 12 June 2017. The approximate issue date for the Phase II solicitation is on or about 22 August 2017 and the approximate closing date for Phase II is on or about 11 October 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. THIS PRESOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY OF OUR INTENTION TO POST A SOLICITATION ON OR ABOUT 12 MAY 2017. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THEIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. POINT OF CONTACT: All comments and inquiries shall be submitted in writing to FDCC-Proposals@uscg.mil, with a copy to Mrs. Danyiele F. Peterson at danyiele.f.peterson@uscg.mil. All comments and inquiries are due no later than 4:00PM EST on April 24, 2017. Please ensure email comments and inquiries include "HSCG47-17-R-3EFK01, CG YARD Presolicitation" in the subject line. SECONDARY POINT OF CONTACT: PAMELA J. ARGILAN, pamela.j.argilan@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-17-R-3EFK01/listing.html)
 
Place of Performance
Address: US Coast Guard Yard, Curtis Bay, MD, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04464299-W 20170409/170407234224-5cedf6d905d36033b4f7148248b78dca (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.