SOLICITATION NOTICE
Y -- FY16 MCON PROJECT P-715, LIVE-FIRE TRAINING RANGE COMPLEX (NORTHWEST FIELD) AT US NAVAL SUPPORT ACTIVITY ANDERSEN GUAM, JOINT REGION MARIANAS, GUAM
- Notice Date
- 9/28/2015
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274216R1301
- Response Due
- 11/17/2015
- Archive Date
- 11/30/2015
- Point of Contact
- A. SAKI-ELI 808-474-5356
- E-Mail Address
-
A. Saki-Eli
(ann.sakieli@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 Live-Fire Training Range Complex (LFTRC) with four new small arms ranges consisting of a KD pistol range with 25 firing lanes, KD rifle range with 50 firing lanes, modified record fire range with 11 firing lanes, non-standard small arms range with 25 firing lanes, rifle/pistol range administrative building, range maintenance building, surface radar towers, utilities, area distribution node (ADN) building and communication tower, IT/Communication lines to Naval Computer and Telecommunications Station (NCTS) Finegayan Building #112 and Andersen Air Force Base (AAFB) Building 34, fencing, monitoring wells, entry control point (ECP), roadways, and reconstruction of existing Route 3A. 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 237990 and Average Annual Receipts Is $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 Subcontracting; Factor 7: Workforce Housing Logistics and Material Management Plan; 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 1090 calendar days which includes installation of the furniture, fixtures and equipment. The phase-one Request for Proposal (RFP) will be available on or about 13 October 2015. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil or via direct link to https://www.fbo.gov/fedteds/TDPN6274216R1301PH1. 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 FY16 NATIONAL DEFENSE AUTHORIZATION ACT AND FY16 MILITARY CONSTRUCTION, QUALITY OF LIFE AND VETERANS AFFAIRS APPROPRIATIONS ACT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R1301/listing.html)
- Record
- SN03905630-W 20150930/150928234726-3a4593302291217d6bd996a46c2f2fc1 (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 |