SOLICITATION NOTICE
Y -- FY18 MCON P-601, AIRCRAFT MAINTENANCE HANGAR 2, JOINT REGION MARIANAS, ANDERSEN AFB, GUAM
- Notice Date
- 6/15/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274217R1322
- Response Due
- 8/8/2017
- Archive Date
- 9/30/2017
- Point of Contact
- Kyla Tamayori 808-471-1055 Ann Saki-Eli, 808-474-5356
- E-Mail Address
-
K.Tamayori
(Kyla.M.Tamayori@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed solicitation will be issued following the two-phase design-build selection procedures in accordance with FAR 36.3 and the tradeoff source selection procedures of FAR Part 15.101 and 15.3. The Government will evaluate phase-one proposals and select the most highly qualified offerors (not-to-exceed five) to submit phase-two proposals. Only the selected firms will be issued the phase-two design-build RFP and given an opportunity to submit phase-two proposals. This project will construct (design-build) a Type II aircraft maintenance hangar with high bay spaces (OH), crew and equipment spaces (01) and administrative spaces (02) and construct a SECURE-A (Area) as part of the hangar facility. Building electrical systems include power, emergency power, lighting, telecommunications, grounding, lightning protection and electronic security systems. Building mechanical systems include fire suppression system, plumbing, heating and air conditioning and compressed air. The hangar structure will have a conventional shallow foundation with concrete walls and structural steel columns supporting a concrete roof on structural steel beams/trusses. Facilities will be constructed with features to meet Guams severe wind, seismic, and corrosive environmental conditions. Further, this project will procure furniture, fixtures and equipment. Estimated range is from $50,000,000 to $100,000,000. The North American Industry Classification System (NAICS) Code is 236220 and Average Annual Receipts of $36.5 Million Over the Past Three Years. THIS PROCUREMENT IS UNRESTRICTED. All technical factors, when combined, are considered of equal importance to Past Performance. All non-price evaluation factors, when combined, are considered approximately equal to price. Phase-One Factors are: Factor 1: Technical Approach; Factor 2: Experience; Factor 3: Past Performance. Phase-Two Factors are: Factor 4: Safety; Factor 5: Energy and Sustainable Design; Factor 6: Small Business Utilization; and Price. Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint. The contract completion period is anticipated to be 840 calendar days which includes installation of the furniture, fixtures and equipment. The phase-one Request for Proposal (RFP) will be available on or about 30 June 2017. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. A pre-proposal site visit will be held after issuance of phase-two. Printed copies or CDs of the RFP will not be issued. Amendments will normally be posted to the NECO web site. It is the responsibility of the offeror to check the NECO website periodically for any amendments to the solicitation. AWARD RESULTING FROM THIS SOLICITATION IS SUBJECT TO RECEIPT OF CONGRESSIONAL/PRESIDENTIAL APPROVAL OF THE FY18 NATIONAL DEFENSE AUTHORIZATION ACT AND FY18 MILITARY CONSTRUCTION, QUALITY OF LIFE AND VETERANS AFFAIRS APPROPRIATIONS ACT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R1322/listing.html)
- Record
- SN04545478-W 20170617/170615234728-ff08229df0c3a44afadd546e3a54ae15 (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 |