Inactive
Notice ID:N6247319R1215
A Market Survey was conducted by Sources Sought Announcement on 10 August 2018 posted on NECO/ FedbizOpps seeking availability and capability of qualified and eligible businesses in the Small Business...
A Market Survey was conducted by Sources Sought Announcement on 10 August 2018 posted on NECO/ FedbizOpps seeking availability and capability of qualified and eligible businesses in the Small Business Programs. As a result of the market research analysis, the Government did not find a minimum of two (2) verified, capable, small business contractors in any socio-economic program available to perform the design and construction services for this project. On 15 April 2019, the Small Business Program Office concurred with the following unrestricted, full and open competition determination. 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 a state of the art Paint and Corrosion Control Facilities to include provision of two new buildings, a paint facility and a corrosion facility, a new wash rack and a heat resistant aircraft access ramp. The buildings will consist of high bay areas sized similarly to existing facilities on site and designed to handle the aircraft requirements at Fleet Readiness Center Southwest (FRCSW) North Island. The facility is primarily intended to handle an entire aircraft MV22, F-18, and H-60 helicopter corrosion issues and repainting. The Paint Building will consist of four bays, divisible by retracting panels to eight bays. The corrosion facility shall consist shall consist of two (2) bays that are not divisible. The Base Proposal Item includes all bonds, management, labor, materials, incidental engineering, equipment, transportation, supervision, and incidental related work to provide design, construction, procurement, and installation services for Construction of an Aircraft Paint Complex at Naval Base Coronado, San Diego, California. 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 – Energy Design Reduction, Factor 7 – Small Business Utilization, Factor 8 – 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 Federal Business Opportunities website at https://www.fbo.gov/on or around 05 September 2019. No hard copies will be provided. IT IS THE CONTRACTORS 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 pre-proposal conference for Phase I is planned but no site visit will occur until Phase II.