Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
MODIFICATION

Z -- System Design and replacement of existing air compressors, air dryers, and cooling water pumps

Notice Date
12/27/2001
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-02-R-0001
 
Response Due
1/23/2002
 
Point of Contact
Mark Snell, Contract Specialist, Phone (360)396-0273, Fax (360)396-0850,
 
E-Mail Address
snellmw@efanw.navfac.navy.mil
 
Description
PRESOLICITATION NOTICE: This request for proposal (RFP) includes providing all labor, materials, and equipment for the design and replacement of existing air compressors, air dryers, and cooling water pumps at three air compressor generation plants and incidental related work. The work shall be located at Naval Station Bremerton and Puget Sound Naval Shipyard, Bremerton, WA. This procurement is open to all business concerns. The North American Industry Classification Code is 234930. The related small business standard is $27.5 million. This procurement will result in a firm-fixed price indefinite quantity indefinite delivery contract. The contract will consist of the base year and two option years. Each option period will run 365 calendar days. The Government may exercise the options unilaterally. The funding profile for the first task order is $2,100,000. The estimated construction cost of the first task order is between $1,000,000 and $5,000,000. The anticipated duration for the first task order is approximately 365 calendar days. The estimated construction cost for each of the additional task orders executed under this contract is between $1,000,000 and $5,000,000. Estimated start date for this contract is 7 March 2002. The minimum guarantee is $5,000. The maximum contract limit may not exceed $9,500,000. This procurement will be design build (FAR 36.102). The first task order is comprised of Design for the entire project, Environmental Health & Safety Plans, and Construction Work in Building 900. Subsequent Construction Work in Building 923 and 818 will be awarded via negotiated task orders. Proposers will be evaluated on the following factors: I Technical Solutions, II Past Performance and Experience, III Key Project Personnel, IV Subcontracting Experience, Achievement, and Goals, and V Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. The solicitation will be provided for down load free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/. Amendments and notices will be posted on the web site http://esol.navfac.navy.mil/ for downloading. This will be the only method of distributing the solicitation. It is the offeror's responsibility to check the web site periodically for any amendments and notices to this solicitation. The official plan-holders list will be maintained and can be printed from the web site only. All prospective offerors and plan centers are encouraged to register as plan holders on the web site. Location and points of contact for site visits are identified in the solicitation. All qualified responsible sources may submit an offer that shall be considered by the agency. Estimated closing for Proposals is 4 January 2002. Bidders, if a Large Business, shall submit a subcontracting plan in accordance with FAR 52.219-9, SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2000), ALTERNATE I (OCT 2000).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N44255/N44255-02-R-0001/listing.html)
 
Place of Performance
Address: Naval Station Bremerton and Puget Sound Naval Shipyard Bremerton, WA
Zip Code: 98314
Country: U. S.
 
Record
SN00034417-F 20020302/020301083925 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.