Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2003 FBO #0513
SOLICITATION NOTICE

Y -- Pier Complex Replacement (P-032) at the Naval Weapons Station Earle, New Jersey

Notice Date
4/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-02-C-0018
 
Point of Contact
Andrew Donahue, Contract Specialist, Phone (610)595-0627, Fax (610)595-0671, - David Rule, Supervisory Contract Specialist, Phone (610)595-0633, Fax (610)595-0645,
 
E-Mail Address
donahueaj@efane.navfac.navy.mil, ruledp@efane.navfac.navy.mil
 
Description
This is a Procurement Notice: N62472-02-C-0018. This procurement is being issued as UNRESTRICTED. The Department of Navy intends to issue an RFP on or about 16 May 2003 for Pier Complex Replacement (P-032) at the waterfront area, Leonardo section, Naval Weapons Station Earle, New Jersey. The estimated value of this project is greater than $80 million. This project includes the construction of a Berthing/Weapons Loading Pier and associated Trestle and the demolition of two existing piers. The area of the new Pier will be approximately 12,000 square meters and the new Trestle 9,920 square meters. Work will include the temporary strengthening of an existing pier, new construction of piers, crane and train rail systems, fender system, pier buildings, anti-terrorism/force protection system, tub/barge berths, dredging and waterfront related utilities. Based on congressional authorization and appropriation it is anticipated that this project will be funded over two to four fiscal years (a fiscal year begins on October 1 and ends on September 30). The amount of funds available at the time of award will be disclosed in the RFP as will the anticipated allotment schedule for the amount of funds to be made available in the succeeding Fiscal Years. A limitation of Government's Obligation section will be included in the construction contract. A Two-Phased Source Selection process including evaluation of technical and price proposals will be utilized for this procurement. Phase 1 will consist of the request for, submission, evaluation, and (if necessary) discussion of a technical proposal. No pricing is involved during Phase 1, however offerors will be required to provide evidence of bonding capability for projects exceeding $80 million. The plans and specifications for this project are currently under development. As part of the Phase 1 proposal process, offerors shall be required to review both the 35% and 60% plans and specifications currently under development and provide the government constructive comments concerning their implementation. The extent of the offerors participation in the constructibility review process and the associated quality/value of recommendations made shall be evaluated as part of the Phase 1 proposal review. Other Phase 1 technical factors may include Relevant Past Performance and Safety Record. Firms participating in the Phase 1 constructibility review process shall not be compensated for their participation. No basis for claims against the government shall arise as a result of a response to this solicitation or to the Navy?s use of such information in developing the specification. Please refrain from contacting the design consultant directly. Offerors may be required to attend a constructibility review meeting with Navy personnel, the design firm or other project representatives and may be requested to provide supporting documentation as part of the RFP process. Phase 2 of the selection process will consist of the request for, submission, evaluation, and (if necessary) discussion of both a technical and price proposal. During Phase 2, offerors shall be required to provide a project cost flow and construction timeline based on the assumption that funds will be available as required to provide for the most cost effective construction sequencing, while still meeting the operational needs of the Navy. Other Phase 2 technical factors will include Commitment to Small Business Concerns. Contract award will be made to the firm offering the proposal considered most advantageous to the government price and other non-price factors considered. Employees and representatives of the selected firm performing work under this contract that requires access to the site are required to be United States citizens. No employee or representative of the selected firm will be admitted to the work site without satisfactory proof of United States citizenship. The subject solicitation, when released, will contain Options. FAR Clause 52.217-7, Option for Increased Quantity - Separately Priced Line Item may be included in this acquisition. The contract will also include the clause titled "Evaluation of Options" (FAR 52.217-5) except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). A Bid Guarantee will be required to be submitted with the proposal in the amount of $3 million. The North American Industry Classification System (NAICS) Code for this project is 237990 and the Small Business Size Standard is $28.5 million. All contractors are required to register in the Department of Defense Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet web site (www.esol.navfac.navy.mil). You must first create an account. You may view this web site without an account, but you will not be able to register for the solicitation unless you have an account. Once registered, when the Request for Proposals package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. The official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site for any posted changes to the solicitations plans and specifications. The point of contact for this project is Andy Donahue at donahueaj@efane.navfac.navy.mil or voice 610-595-0627.
 
Place of Performance
Address: Waterfront Area, Leonardo section, Naval Weapons Station Earle, New Jersey
 
Record
SN00311384-W 20030426/030424213826 (fbodaily.com)
 
Source
FedBizOpps.gov 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.