SOLICITATION NOTICE
Y -- MCON P856, Manchester Tank Farm Improvements, Manchester Fuel Depot, Fleet Logistics Center Puget Sound (FLCPS), Manchester, Washington
- Notice Date
- 10/8/2020 2:40:33 PM
- Notice Type
- Presolicitation
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- NAVFAC NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- N4425521R2000
- Archive Date
- 11/15/2020
- Point of Contact
- Ronald P. Smith, Phone: 3603961857, Mariana Reyes, Phone: 3603960735
- E-Mail Address
-
ronald.p.smith@navy.mil, mariana.reyes2@navy.mil
(ronald.p.smith@navy.mil, mariana.reyes2@navy.mil)
- Description
- Estimated Issue Date: ��Anticipated date is on or about October 19, 2020 Anticipated Site Visit:� �TBD Estimated Proposal Due Date: ��Anticipated date is on or about December 7, 2020 Estimated Award Date: ��Anticipated date is March 1, 2021 Date to Complete Contract Performance:� 971�calendar days from date of award Description The North American Industry Classification Standard (NAICS) is 237120 and the annual size standard is $39.5 million. This procurement is a Design-Bid-Build (DBB) construction contract and will be solicited utilizing unrestricted full and open competition.� � FAR Part 15 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), offers the Lowest Priced Technically Acceptable (LPTA) proposal to the Government, using the LPTA source selection process.�� The LPTA process is being utilized because it is in the Government�s best interest to consider award to the lowest price, technically acceptable Offeror.��� The contract requirements include all design, repair, labor, material, equipment, supervision and associated costs to construct two new� military Aboveground Storage Tanks (AST), which will provide AST�s within a secondary containment system designed in accordance with the Unified Facilities Criteria (UFC) 3-460-01 and the current Standard Tank Design AW 78-24-27. The tanks will be multi-product, 100 percent internally coated, with a fixed cone roof; they will be connected to both the JP-5 and F-76 piping systems, and sited to avoid mapped seismic fault lines. Portions of the associated secondary containment and perimeter roadways will be located within potentially contaminated sites. The project will be located at Fleet Logistics Center Puget Sound, Manchester, Washington. �The estimated total cost of construction, in accordance with DFARS 236.204, is between $25,000,000 and $100,000,000. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements, see FAR 52.225-11 and 52.225-12. The firm must demonstrate knowledge, current relevant qualifications, experience, past performance, bonding, and the capability to perform a� Design-Bid-Build�construction contract similar to the scope indicated. Selection for award will be based on evaluation of the following: � � � � � � Price ����������� Factor 1 - Experience (Construction) ����������� Factor 2 � Past Performance ����������� Factor 3 � Safety ����� �������Factor 4 � Technical Approach If�a large business, the successful offeror must submit an acceptable subcontracting plan to be eligible for award. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Government point of entry website https://beta.sam.gov under �Contract Opportunities� (Legacy website www.fbo.gov) on or about October 19, 2020. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION.� No reimbursement will be made for any costs associated with this announcement, attending pre-proposal conferences, site-vists or any follow-up information requests.� NAVFAC Northwest will issue one solicitation with the intent to award a single Firm-Fixed-Price (FFP) Design-Bid-Build Contract to the responsible Offeror whose proposal, conforming to the RFP, is technically acceptable with the lowest total price. OFFERORS ARE ADVISED THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED.� THEREFORE, OFFERORS� INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS� BEST TERMS.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7365889759d64540a3404ecdecf78433/view)
- Place of Performance
- Address: Port Orchard, WA 98366, USA
- Zip Code: 98366
- Country: USA
- Zip Code: 98366
- Record
- SN05822968-F 20201010/201008230144 (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 |