SOLICITATION NOTICE
Y -- P-1130 1st Marine Division Operations Complex at MCBCP
- Notice Date
- 3/2/2020 3:13:29 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N6247320R0041
- Response Due
- 3/17/2020 3:30:00 PM
- Archive Date
- 04/01/2020
- Point of Contact
- Anna S. Kurzeja, Contract Specialist, Phone: 6195323929
- E-Mail Address
-
anna.kurzeja@navy.mil
(anna.kurzeja@navy.mil)
- Description
- *** THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. *** This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� A sources sought notice, N6247320RP1130, for this procurement was posted on 24 October 2020 on FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition.� On 10 December 2019, the Small Business Program Office concurred with this decision. THIS IS AN UNRESTRICTED COMPETITIVE PROCUREMENT IN ACCORDANCE WITH FAR SUBPART 6.1 FULL AND OPEN COMPETITION. This procurement will use the two-phase design-build selection procedures and consists of one (1) solicitation covering both phases. 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. The work to be acquired under this solicitation is for design and construction of Division Command Post Headquarters and a Battalion Command Post Headquarters in the 33 Area of Marine Corps Base Camp Pendleton for the 1st Marine Division (1st MARDIV). This project constructs multiple buildings with concrete masonry unit walls, reinforced concrete foundations and floors, and standing seam metal roofs. The Command Posts provide the necessary administrative space to conduct the day-to-day operations for 1st MARDIV including vaults, print stations, conference rooms, break rooms, storage areas, reception areas, map room, operations room, server room, Navy Marine Corps Internet (NMCI) closets, and vaults for the Secret Internet Protocol Router Network (SIPRNET) and weapons storage. The project includes cybersecurity features in accordance with current Department of Defense (DoD) criteria and Anti-Terrorism/Force Protection (AT/FP) features. Built-in equipment includes a passenger elevator, building emergency generators and vault. DoD and Department of the Navy (DON) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Site preparation includes site clearing, excavation, grading and preparation for construction. Paving and site improvements includes parking facilities, fire access lane, sidewalks, parade field, landscaping and equipment yards. Storm water drainage improvements include storm sewer, catch basins, swales and paving, and filtration system. Electrical utilities include primary and secondary distribution systems, outside lighting, renewable energy systems, transformers and telecommunications infrastructure. This project will include the demolition of multiple facilities. The North American Industry Classification System (NAICS) code is 236220, and the annual size standard is $39.5 million. The estimated price range for design and construction is between $25,000,000 and $100,000,000. The Government intends to evaluate proposals without discussions. Selection for award will be based on evaluation of the following: Phase I: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance Phase II: Factor 4 - Safety, Factor 5 - Technical Solution, Factor 6 - Small Business Participation, Factor 7 - Price. The Phase I evaluation will result in a determination of the most highly qualified Offerors. These Offerors will be requested to submit a Phase II proposal. A maximum of five (5) Offerors will be selected to submit a Phase II proposal. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase I RFP will be posted on the BetaSAM website at https://beta.sam.gov on or around 18 March 2020. No hard copies will be provided. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A site visit and/or pre-proposal conference may be held on a date and time to be determined.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3497323973554d2f806e3674c936e589/view)
- Place of Performance
- Address: Camp Pendleton, CA 92055, USA
- Zip Code: 92055
- Country: USA
- Zip Code: 92055
- Record
- SN05577012-F 20200304/200302230205 (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 |