The RFP Database
New business relationships start here

RM551-17 Restore Patient Tower B/1 NAVHOSP, Bremerton, WA


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Synopsis:

This procurement is for design build (DB) renovation, reconfiguration, and restoration of RM551-17 Patient Tower in Building 01 of the Naval Hospital located in Bremerton, WA. This procurement uses the source selection procedures in accordance with FAR Part 15. This is a two-phase DB procurement in accordance with FAR 36.3 and is being solicited utilizing full and open competition.

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 best value to the Government, using the tradeoff source selection process. The tradeoff process is being utilized because it may be in the Governmentbs best interest to consider award to other than the lowest price Offeror or other than the highest technically rated Offeror.


The general scope of this requirement is for Medical Facilities multi-phased renovation, reconfiguration of spaces, and restoration of functional areas on Floors four, five, six, and seven of Patient Tower B#1 of the Naval Hospital located in Bremerton, WA, and restoration of the ventilation ductworks for the entire building. As appropriate, phasing and temporary facilities are to be provided to house outpatient and administrative personnel and functions in order to maintain mission capability until construction is complete. Construction shall be in accordance with NFPA 101, NFPA 99, ASHRAE 170, and UFC 4-510-01, as well as specialized requirements associated with construction in a medical environment, including compliance with Joint Commission, infection control and air pressurization, pre-construction risk assessments, noise and vibration control, and life safety and interim life safety measures.

The project will be located at the Naval Hospital in Bremerton, WA.
The estimated total contract price range, in accordance with DFARS 236.204, is between $10,000,000 and $25,000,000.

This procurement shall be in accordance with Buy American clauses FAR 52.225-11 and 12. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a DB construction contract similar to the scope indicated.

The Government intends to evaluate proposals and award without discussions. Selection for award will be based on evaluation of the following:

Phase I:
Factor One b Technical Approach
Factor Two b Experience
Factor Three b Past Performance
Factor Fourb Safety

Phase II:
Factor Five b Technical Solution
Factor Six b Small Business Utilization
    Price

The Phase I evaluation will result in a determination of the most highly qualified Offerorbs.
These Offerorbs will be requested to submit a Phase II proposal. A maximum of five (5) Offerorbs will be selected to submit a Phase II proposal unless the Contracting Officer determines that a number greater than five is in the Governmentbs interest and is consistent with the purposes and objectives of two-phase DB contracting.

THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Federal Business Opportunities (FBO) website at www.fbo.gov, and the Navy Electronic Commerce Online (NECO) https://www.neco.navy.mil/ on or about September 27, 2018. 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 on the website. Plan holders lists will not be faxed and will be available only at the website listed above.

No reimbursement will be made for any costs associated with this announcement, attending pre-proposal conferences or any follow-up information requests.

Results of Sources Sought
A market survey was completed by posting a Sources Sought under solicitation N4425518MKTG6 on FBO and NECO on May 07, 2018 with a due date of May 17, 2018. The sources sought requested responses from interested prime contractors and statements of capabilities. No small businesses responded to the sources sought notice that was posted. A sources sought analysis was provided to the SBA with the DD 2579 documentation.
Additionally, the Government performed various searches on the dynamic small business search website to identify potential capable small business. As a result of the market research, the contracting officer has determined there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns in accordance with FAR 19.502-2. The Activity Small Business Office concurs with this decision.

Trisha Bolte (360)-315-8299 Trisha Bolte
(360)-315-8299

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP