SOLICITATION NOTICE
Z -- DESIGN BUILD CONSTRUCTION PROJECT, REPLACE WATERFRONT TRANSFORMERS AND IGLOOS AT NAVAL STATION (NS) MAYPORT, FLORIDA
- Notice Date
- 8/16/2024 5:38:07 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945024R0084
- Response Due
- 9/2/2024 12:00:00 PM
- Archive Date
- 09/17/2024
- Point of Contact
- Deborah TORRENCE, Phone: 9045426665, Lindsay Betteridge, Phone: 9125734610
- E-Mail Address
-
deborah.d.torrence2.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(deborah.d.torrence2.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID.� NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation currently available.� In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Project Description:� This project is a Design-Build project to replace the primary and secondary electrical distribution system, lighting, and nine (9) transformers with switchgears, and power & telecommunication igloos infrastructure for six (6) substations at ECHO, ALPHA, BRAVO, and DELTA wharves to meet the full shore power requirements of various naval ships; demolish one (1) existing substation building vulnerable to storm surge flooding; and build a new elevated substation.� The goal of this project is ensuring individual ships meet the full shore power requirements with new transformer & igloo pairs and switchgears to provide greater electric load with twelve receptacles capacity. The estimated period of performance is 1,600 calendar days. The solicitation and contract shall include FAR Clause 52.211-10, Commence, Prosecution and Completion of Work, which will identify 1,600 calendar days (base and any options exercised) for contract completion from date of contract award. The best value continuum source selection process to be used for this acquisition is the tradeoff approach, as described in FAR 15.101-1.� The best value tradeoff process is appropriate and permits evaluation of proposals based on price competition, technical merit, confidence assessment and other factors; permits impartial and comprehensive evaluation of offeror proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. A sources sought notice was posted to sam.gov on May 1, 2024, requesting small business industry interested and capability statement. Based on responses from the notice it was determined that the requirement should be issued as full and open. The solicitation will be a negotiated DB acquisition.� This procurement will utilize a two-phase submission method. This method will include two phases (Phase I and Phase II) and will allow for the submission of non-price factors for Phase I and submission of additional non-price factors and price for Phase II. Only those offerors invited to Phase II will be allowed to submit Phase II proposals. Competition Requirements: Unrestricted basis, under full and open competition. Procurement Method: FAR Part 15, Contracting by Negotiation. Type of Contract: Firm-Fixed Price The NAICS code for this construction solicitation is 236220 with a size standard of $45,000,000. Project Magnitude is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Large business concerns will be required to submit a subcontracting plan prior to award of the contract. A Site Visit will be held for those offerors who choose to participate (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. �Offerors are responsible for checking the Sam.gov 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 SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42f7dca6433f4a4197584b4a1320b538/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN07174087-F 20240818/240816230114 (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 |