DOCUMENT
Y -- Wharf Bravo Structural Repairs, at Naval Station Guantanamo Bay, Cuba. - Attachment
- Notice Date
- 3/14/2016
- Notice Type
- Attachment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- Solicitation Number
- N6945016R1607
- Point of Contact
- Olisha Costa 904-542-0473
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award a single-award, firm fixed-price (FFP), design-bid-build (DBB) contract for Wharf Bravo Structural Repairs, at Naval Station Guantanamo Bay, Cuba. The estimated price range for the entire project is between $20,000,000.00 and $30,000,000.00. The scope of this project is to provide repair and maintenance measures designed to promote long-term life and serviceability of Wharf Bravo including repair of steel sheet pile, repair sections of spalled concrete, replacement of steel fender framing, replacement of missing chains on camels and cleaning and recoating and/or replacing deteriorated mooring fittings. The project includes installation of new steel sheet pile wall in order to create a single linear facility. The project also includes soil stabilization to meet current site seismic requirements and will occur in the area behind the existing sheet pile wall. The Request for Proposal (RFP) will be issued as an unrestricted requirement open to all firms in accordance with FAR Subpart 6.1, Full and Open Competition. The RFP will be open to participation by all interested firms with specialized experience and qualifications required by this contract. The NAICS code for this FFP solicitation is 237110 with a size standard of $36,500,000. The source selection method to be used is a best value continuum process in a negotiated acquisition utilizing the trade-off approach. Formal source selection will be used to select the proposal that provides the best value to the Government from a price and non-cost/price standpoint. In accordance with FAR Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the initial award. The solicitation evaluation factors for the solicitation will state that all technical factors when combined are of equal importance to the performance confidence assessment (past performance) rating; and all technical factors and the performance confidence assessment (past performance) rating, when combined are approximately equal to price. Interested firms will be required to submit a price proposal and a non-cost/price proposal. Offerors who fail to submit a price proposal and non-cost/price proposal will not be considered for an award. Award will be made to the offeror whose total price and non-cost/price proposal offers the best value to the Government. Proposals will be evaluated on total price for the project. Contract award is anticipated on or around 23 Aug 2016. This will be an electronic solicitation, which can be downloaded from Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. A Pre-Proposal Conference and Site Visit are scheduled for April 13, 2016. Details on the Pre-Proposal Conference and Site Visit are included with this pre-solicitation notice (Attachments have been uploaded to NECO in a ZIP file and PDF file with this pre-solicitation notice). Failure to complete and return all Entry Access Documentation by the to-be-determined deadlines will result in access being denied to Guantanamo Bay, Cuba for the Pre-Proposal Conference and Site Visit. Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). Offerors are responsible for checking the FedBizOpps website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0b35085f085b044333d042c1f5009b2f)
- Document(s)
- Attachment
- File Name: N6945016R1607_Entry_Access_Docs.ZIP (https://www.neco.navy.mil/synopsis_file/N6945016R1607_Entry_Access_Docs.ZIP)
- Link: https://www.neco.navy.mil/synopsis_file/N6945016R1607_Entry_Access_Docs.ZIP
- File Name: N6945016R1607_AttachmentD_SECNAV_5512.pdf (https://www.neco.navy.mil/synopsis_file/N6945016R1607_AttachmentD_SECNAV_5512.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6945016R1607_AttachmentD_SECNAV_5512.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6945016R1607_Entry_Access_Docs.ZIP (https://www.neco.navy.mil/synopsis_file/N6945016R1607_Entry_Access_Docs.ZIP)
- Record
- SN04049807-W 20160316/160314235127-0b35085f085b044333d042c1f5009b2f (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 |