Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2013 FBO #4387
SOLICITATION NOTICE

Y -- P-420 Integrated Water Treatment System, Naval Base Kitsap Bremerton, WA

Notice Date
11/26/2013
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, Washington, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-14-R-5000
 
Point of Contact
Jennifer J. Roesner, Phone: 3603960235
 
E-Mail Address
Jennifer.Roesner@navy.mil
(Jennifer.Roesner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
P-420 Integrated Water Treatment System at Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Naval Base Kitsap Bremerton, WA Subject: Y - Synopsis for P-420 Integrated Water Treatment System at Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Naval Base Kitsap Bremerton, WA Synopsis Date: November 26, 2013 Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command Northwest, Non-Regional Acquisition Team, Attn: Jennifer Roesner, Code ACQ3.1, 1101 Tautog Circle Ste. 313, Silverdale, WA 98315-1101. Place of Performance: Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Naval Base Kitsap Bremerton, WA NAICS Code: 237110 - Water and Sewer Line and Related Structures Construction Classification Code: Y - Construction of Structures and Facilities Solicitation No.: N44255-14-R-5000 Response Date: Not Required Contracting POC: Jennifer Roesner, Contract Specialist, Phone (360)396-0235, Email jennifer.roesner@navy.mil Set-Aside: Full and Open Synopsis: This Design-Bid-Build procurement is for the construction of necessary infrastructure construction at Drydocks 3 & 4 to bring Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) into compliance with current industrial and environmental standards for the collection and treatment of industrial process water from each drydock. This procurement uses one-phase design-bid-build selection procedures. This procurement will be solicited utilizing full and open competition. 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. The work to be acquired under this solicitation is for Design-Bid-Build services for necessary infrastructure construction at Drydocks 3 & 4 to bring PSNS & IMF into compliance with current industrial and environmental standards for the collection and treatment of industrial process water from each drydock. The primary and supporting facilities will integrate the existing oily water treatment systems with the existing process water collection system at the dry docks providing added capability and capacity to supply on-site collection, containment, and treatment of process water from the drydock floor. Construction at both drydocks include increased pump size, mid dock booster pumps as required, placement of a berm around the dewatering grates and installation of single pass cooling manifolds. Additional Drydock 3 construction includes approximately 52 sand traps filled to minimize overflow risk, two larger sand traps, and installation of floor channels to transport water to the sand traps. Drydock 4 includes enlarging the sand trap in drydock floor, improvement of the floor channels for water flow, and replacement of the floor channel cover plates with smaller grates for more efficient dock cleaning. Information systems include electronic monitoring and direct digital control system. The project will be located at PSNS & IMF, Naval Base Kitsap Bremerton, Bremerton, WA. The estimated total contract price range, in accordance with FAR 36.204, is between $10,000,000 and $25,000,000. This procurement shall be in accordance with FAR 52.225-9/11/12, Buy American Act- Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract similar to the scope indicated. The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Experience, Factor 2 - Past Performance, Factor 3 - Safety, and Factor 4 - Small Business Utilization, and Price. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the FBO website at www.fbo.gov on or about December 10, 2013. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offeror's MUST register on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A pre-proposal conference will be scheduled within the first three weeks of December. The final date of the pre-proposal conference will be specified in the solicitation. Registration for the conference will be by email. Please forward attendance information in accordance with solicitation instructions to Jennifer Roesner at jennifer.roesner@navy.mil. No reimbursement will be made for any costs associated with this announcement, attending pre-proposal conferences or any follow-up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N44255-14-R-5000/listing.html)
 
Record
SN03241698-W 20131128/131126234419-37aa302ecbf57fbe35353d3497cca35f (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.