Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2020 SAM #6630
SOLICITATION NOTICE

Y -- WON 1619739, FY21 MCON P-312, Distribution Warehouse & WON 1590906, FY21 MCON P-804, Central Issue Facility, Joint Region Marianas, Guam

Notice Date
1/22/2020 3:59:39 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860 USA
 
ZIP Code
96860
 
Solicitation Number
N62742-20-R-1310
 
Response Due
3/26/2020 5:00:00 PM
 
Archive Date
04/10/2020
 
Point of Contact
Adele M Murakami, Phone: 808-471-1887
 
E-Mail Address
adele.murakami@navy.mil
(adele.murakami@navy.mil)
 
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. The work includes the design and construction of a single-story low bay distribution warehouse (P-312) and the design and construction of a low-rise facility with reinforced walls, frame, floor, foundations and roof (P-804).���� The magnitude of this project is estimated between $100,000,000 to $250,000,000.� THE NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $39.5 MILLION OVER THE PAST THREE YEARS.� THIS PROCUREMENT IS UNRESTRICTED. The contract completion period is anticipated to be 767 calendar days.� This is a source selection procurement requiring the submission of both non-price and price proposals.� Large business concerns will be required to submit a subcontracting plan as part of the proposal.� Technical Factors 2, 4 and 5, when combined, are considered of equal importance to Factor 3- Past Performance. Phase-One Factors are: �Factor 1 � Technical Approach, Factor 2 � Experience, and Factor 3 � Past Performance. Phase-Two Factors are: �Factor 4 � Safety, Factor 5 � Small Business Utilization, and Price.� For evaluation of Factor 2 � Experience and Factor 3 � Past Performance, a maximum of five (5) construction and design projects must be submitted that demonstrate experience in similar size, scope, and complexity.� Furthermore, relevant construction and design projects are defined as: New construction of a concrete building structure comprised of a single story, air-conditioned warehouse storage building appropriate for hot humid climates similar to Guam.� Relevant projects must be approximately $30 million in value, completed or substantially completed within the past 10 years.� Renovation/alteration projects will not be considered relevant.� Substantially complete means at least 90% physically complete.� � Design new construction of a concrete building structure comprised of a, single story, air-conditioned warehouse storage building appropriate for hot humid climates similar to Guam.� Relevant projects must be approximately $30 million in value, completed or substantially completed within the past 10 years.� Renovation/alteration projects will not be considered relevant.� Substantially complete means at least 90% physically complete. Building repair, renovation, conversion, and addition work will not be considered relevant projects.� For relevant projects, �concrete building structure� shall be limited to cast-in-place or precast concrete roof and exterior wall construction. �Reinforced masonry construction shall not be considered �concrete building structure.� The Phase-One Request for Proposal (RFP) will be available on or about 24 February 2020. �Printed copies or CD�s will not be issued. �The RFP will be available by searching Contract Opportunities on https://beta.sam.gov.� Amendments will also be posted on the beta.SAM.gov website. It is the responsibility of the offeror to check the beta.SAM.gov website periodically for any amendments to the solicitation.� A Pre-Proposal Site Visit will be held after issuance of Phase-Two.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f56bd8e80a1f451ba0e079ce385ae757/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN05540466-F 20200124/200122230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.