Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
SOLICITATION NOTICE

Y -- DESIGN/BUILD FRC HOMEPORTING SECTOR FIELD OFFICE (SFO) GALVESTON, GALVESTON, TX

Notice Date
4/19/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-17-R-3EFK02
 
Point of Contact
Loretta P. Shanks, Phone: 7578523430, Cheryl P Allen, Phone: 757-852-3415
 
E-Mail Address
Loretta.P.Shanks@uscg.mil, cheryl.p.allen@uscg.mil
(Loretta.P.Shanks@uscg.mil, cheryl.p.allen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard Shore Infrastructure Logistics Center (SILC), Facilities Design and Construction Center (FDCC) intends to award a Firm-Fixed-Price (FFP) contract for the Design/Build FRC Homeporting Sector Field Office (SFO) Galveston, Galveston, TX. The project scope consists of a base item that includes all supervision, labor, tools, materials, transportation, equipment and other services necessary to provide homeporting facilities for three (3) 154-foot Fast Response Cutters (FRCs) at SFO Galveston, Galveston, TX, having a projected commissioning date of 2020. The project scope includes but is not limited to waterfront work, design and construction of a new 150’ extension to the existing 180’ shallow draft construction tender pier (i.e., South Pier); including extensions and improvements to hotel capabilities of the pier in order to homeport the FRC’s. Waterfront work will also require a reconfiguration of the existing rip-rap bulkhead and dredging to allow the tender to moor closer into the shoreline. The project scope includes an option item that includes all supervision, labor, tools, materials, transportation, equipment and other services necessary to construct a 5,600 GSF MAT (Maintenance Augmentation Team) facility including Maintenance and Support facilities for the FRCs and associated small boats of each vessel. Furnishing and outfitting of the new facilities and provisioning of new electrical, telecommunications, water, sewer, and electrical utilities. There will be a separate construction completion date for the base item and the option item, with the base item date being required to be finished first. PERIOD OF PERFORMANCE: 671 calendar days from contract award. TYPE OF CONTRACT AND NAICS: This solicitation will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (UNRESTRICTED). CONSTRUCTION MAGNITUDE: The price range for the base item is approximately $1 Million to $5 Million. The price range for the option item is approximately $1million to $5 Million. SELECTION PROCESS: This procurement shall be solicited under the authority at FAR Subpart 6.1, Full and Open Competition and FAR Subpart 36.3, Two-Phase Design-Build Selection Procedures. Phase I of the selection shall be conducted as outlined in FAR 36.303-1. Phase II is prepared in accordance with FAR Part 15 and includes evaluation factors developed in accordance with FAR 15.304. Phase II shall be evaluated separately and in accordance with FAR Part 15. The selection process for Phase I will evaluate factors such as (not necessarily in order): Corporate Experience: Construction Team, Corporate Experience: Design Team, Design/Build Management Approach and Past Performance. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. The selected offerors for Phase II will be invited to submit proposals as will be described in the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate factors such as (not necessarily in order): Means & Methods, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 15 May 2017 and approximate closing date for Phase I is on or about 14 June 2017. The approximate issue date for the Phase II solicitation is on or about 8 August 2017 and the approximate closing date for Phase II is on or about 22 September 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-17-R-3EFK02/listing.html)
 
Place of Performance
Address: All waterfront and shore facilities are on site of SFO Galveston located at 3000 Fort Point Road, Galveston, TX. 77550, Galveston, Texas, 77550, United States
Zip Code: 77550
 
Record
SN04477920-W 20170421/170419234944-5b329f0bab649419a0a13dfc5bfa3aac (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.