SOLICITATION NOTICE
Y -- DESIGN BUILD CONTRACT, MV-22, P-152-PARKING APRON/TAXIWAY EXPANSION, P-185-AIRCRAFT MAINTENANCE HANGAR 4 ADDITION AND P-192-AIRCRAFT MAINTENANCE HANGAR 7 CONSTRUCTION AT MCAS MIRAMAR, CA
- Notice Date
- 1/18/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CENTRAL IPT CODE ROPCA 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247311R0401
- Response Due
- 3/3/2011
- Archive Date
- 3/18/2011
- Point of Contact
- Betty Chu-Chang 619-532-1769
- E-Mail Address
-
Betty Chu-Chang
(betty.chu-chang@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This procurement is for the design and construction of MV-22, P-152 - Parking Apron/Taxiway Expansion, P-185 - Aircraft Maintenance Hangar 4 Addition, and P-192 - Aircraft Maintenance Hangar 7 Construction at MCAS Miramar, California and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases. 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), is the most advantageous and offers the best value to the Government, price and other factors considered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. The work to be acquired under this solicitation is for the design and construction of the renovation parking apron/taxiway, an addition to an existing aircraft maintenance hangar and construction of a new aircraft maintenance hangar at MCAS Miramar. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $33.5 million. The estimated price range is between $100,000,000 and $250,000,000. The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 “ Specialized Experience and Technical Competence, Factor 2 “ Past Performance, Factor 3 “ Safety and Factor 4 “ Management Approach; Phase Two: Factor 5 “ Small Business Utilization, Factor 6 “ Engineering Solutions of Offeror ™s Team, and Factor 7 “ Price. The Phase One evaluation will result in a determination of the most highly qualified offerors. These offerors will be requested to submit a Phase Two proposal. A maximum of five (5) offerors will be selected to submit a Phase Two proposal. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the NECO website at https://www.neco.navy.mil on or about February 1, 2011. No hard copies will be provided. IT IS THE CONTRACTOR ™S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference is scheduled for February 9, 2011 at 10:00 a.m. sharp. The conference will also include an opportunity for Prime Contractor and Small Business Subcontractor networking. Interested Prime Contractors and Small Business Subcontractors are encouraged to participate for this event. The conference will be held at the Holiday Inn on the Bay at 1355 North Harbor Drive, San Diego, CA 92101. A site visit will be held only during Phase Two. Registration for the conference will be by email. Participants are to email the following attendance information to Betty Chu-Chang at betty.chu-chang@navy.mil no later than February 8, 2011: Name and title of visitor (all attendees shall be listed) Name of company they are employed by Name of the Offeror they are representing
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A2/N6247311R0401/listing.html)
- Record
- SN02361750-W 20110120/110118234008-b9a8b1001f17448a34fe0b64b898fbca (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 |