Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

Y -- 1NZ-DESIGN/BID/BUILD CONSTRUCTION PROJECT P499, BASE POWER DISTRIBUTION UPGRADES AT JOINT EXPEDITIONARY BASE LITTLE CREEK (JEBLC) NORFOLK, VA

Notice Date
7/3/2012
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008512R1732
 
Archive Date
12/31/2012
 
Point of Contact
Gary Milton 757-341-1999 Gary Milton
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
DESIGN/BID/BUILD CONSTRUCTION PROJECT P499, BASE POWER DISTRIBUTION UPGRADES AT JOINT EXPEDITIONARY BASE LITTLE CREEK, VA NORFOLK, VA THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. A RFP will be issued to obtain contractor qualifications for which the resulting contract(s), by means of a negotiated, firm fixed-price procurement, will be awarded. The solicitation will be advertised as Unrestricted Full and Open. Formal source selection procedures will be followed to award to the best value offeror(s) as prescribed by Federal Acquisition Regulations (FAR) Part 15 and 36 as applicable. This solicitation will be issued as N40085-12-R-1732. The awarded contract will be a Design/Bid/Build Construction Project P-499, Base Power Distribution Upgrades at Joint Expeditionary Base Little Creek, Norfolk, VA. This acquisition will result in the award of a Firm-Fixed Price (FFP), contract for construction. The contract will be procured using competitive proposals as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. Project Description: Project will result in the establishment of an electrical system that meets current and future capacity requirements while increasing reliability of the base distribution system; provides a new main substation on the east of the base for 34.5/13.2 KV electrical distribution; provides a new utility main substation on the west side of the base for 34.5/13.2 KV electrical distribution. The two 34.5 KV substations will provide power to the five existing circuits on the installation. Project also installs new 34.5 KV Main Switchgear to distribute power to the base; installs two new 34.5 KV underwater power distribution cables under the harbor to run from the west side 34.5KN switchgear house to the new east side 34.5/13.2 KV substation. Project will require site improvements for new substations to include grading, some minor access roadway into/around substations, curb, fencing, singes, and storm-water management. Electrical utility work in addition to substation installation and underwater cable installation include new underground and overhead primary distribution and its infrastructure, transformers, and switchgear. The cost of magnitude for this project is between $10,000,000 and $25,000,000. The Request for Proposals will be available for viewing and downloading on or about July 17, 2012. Proposal due date will be approximately August 16, 2012 at 2:00 P.M. EASTERN TIME. The solicitation will be formatted as an RFP in accordance with the requirements designated by FAR 36. The RFP evaluation factors will be as follows: Non-Price Factors 1. Corporate Experience 2. Technical Approach 3. Safety 4. Small Business Performance Confidence Assessment Rating: 5. Past Performance Price Factor 6. Price The Government intends on issuing the solicitation through the NECO web site at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Amendments will also be posted on the website. This is the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. IMPORTANT NOTICE: All contractors submitting proposals on DOD solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. Reference is DFAR Clause 252.204-7004. The North American Industry Classification System (NAICS) Code for this project is 562910. Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS is forthcoming. This solicitation is being advertised as 100% Unrestricted Full and Open Competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1732/listing.html)
 
Place of Performance
Address: Joint Expeditionary Base Little Creek, Norfolk, VA
Zip Code: 23511
 
Record
SN02794052-W 20120705/120704000325-26cfb35fc18a11876f0988fad1d35532 (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.