Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOLICITATION NOTICE

Y -- ENGINE DISASSEMBLY AND CLEANING FACILITY, CCAD, NAS CORPUS CHRISTI, TEXAS

Notice Date
4/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0293
 
Response Due
6/11/2002
 
Archive Date
6/26/2002
 
Point of Contact
Rhonda Earney, Contract Specialist, Phone 843-820-7314, Fax 843-818-6811, - Deborah Taylor, Contract Specialist, Phone 843-820-5927, Fax 843-820-5848,
 
E-Mail Address
earneyre@efdsouth.navfac.navy.mil, taylordp@efdsouth.navfac.navy.mil
 
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this solicitation is 23331, Commercial and Institutional Building Construction. The Size Standard is $28,500,000. The work consists of design and construction for the CORPUS CHRISTI ARMY DEPOT (CCAD), NAS CORPUS CHRISTI, TEXAS; Repair, overhaul, modification, retrofit and modernization work on Rotary Wing Aircraft Systems to include, Helicopter Airframes (sheet metal and advanced composites), electronics, hydraulic and mechanical components, avionics, turbo-shaft engines, transmissions, blades, and other systems. Design and construct a facility to house an engine depreservation area, engine disassembly area, automated turbine engine and drive train components cleaning area and an engine and transmission container repair area. Total project area is 52,300 square feet. The site must be developed allowing adequate space for a future Non-Destructive Inspection (NDI) facility with provisions for this facility to mate to the future facility. A portion of existing Building 8, including an old plating shop, an engine paint shop, a mailroom & blank forms building, plus the existing engine disassembly, depreservation & container repair shops, and nearby miscellaneous structures (storage sheds, concrete pads etc.) will be demolished. A new engine depreservation area, engine disassembly and cleaning facility will be constructed within the footprint of the old plating shop and the existing engine disassembly shop. The existing functions of engine depreservation and engine disassembly will have to be relocated into a nearby area in the existing Building 8 to allow the construction of the new facility. The new facility will be attached to Building 8. Flow of materials including engines, engine parts and other power train parts must be efficient and automated to the maximum extent possible utilizing a combination of conveyors and overhead monorails to minimize labor required. The cleaning operation requires four (4) automated lines: one for paint stripping, one for titanium parts, one for long parts and one for alkaline derust/carbon descale. In addition some parts require the following: masking, hand cleaning, low pressure washing, varsol cleaning, high pressure washing and various abrasive blast media cleaning operations. Design of the cleaning operation cannot be overemphasized in this project. The project requires automated control and monitoring using an operator-friendly, windows-based computer system. This system must be capable of local manual override at every station. This system must use an automatic scanning system to track parts and maintain an archive of operations performed on every part. The entire process must be automated including control and monitoring of tank temperatures and the conveyor/monorail system. Systems include a ventilation and scrubber system to maintain air quality, a closed loop industrial waste system capable of forty-eight (48) hours storage, a deioized water system, a filtering/purging chemical bath cleaning system to extend chemical life, compressed air system, steam generation and distribution system and other systems required for a complete and operational process. The base contract will construct the building and the option will install the process equipment. Both the building and the process will be commissioned. The Government will award a contract resulting from this solicitation to the responsive/responsible proposer whose proposal conforming to the solicitation will be BEST VALUE to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on FACTOR A: Past Performance: (1) Design and (2) Construction; FACTOR B: Small Business Subcontracting Effort; FACTOR C: Technical Qualifications (1) Design; and FACTOR D: Management Approach. The highest rated proposers, up to five (5) will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on FACTOR A: Past Performance (same as Phase I unless conditions change); FACTOR B: Small Business Subcontracting Effort; FACTOR C: Technical Qualifications (same as Phase I unless conditions change; and FACTOR D: Technical Solutions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. During Phase II of the process, PROPOSERS ARE ADVISED THAT THE GOVERNMENT RESERVES THE RIGHT TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume 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 FOR SPECIFICATIONS. The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 10 MAY 2002. Phase II will be issued at a later date. Participants in Phase II will be notified via email. The entire solicitation, including any plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Prospective Offerors MUST register on the website. The official plan holders list will be maintained and can be printed from the website. Amendments will be posted on the website for downloading. This will normally be the ONLY method of distributing Amendments. Therefore, it is the offeror's responsibility to check the website periodically for any Amendments to this solicitation. Offeror's are required to be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries concerning the proposal due or number of Amendments issued, contact Crystal Potts at 843-820-5937. Technical inquiries must be submitted in writing fifteen (15) days before proposals are due to the address listed, or FAXED to 843-818-6811, ATTN: Rhonda E. Earney, Code ACQ14REE or sent by email: mailto:earneyre@efdsouth.navfac.navy.mil. The estimated value is between $9,360,000 and $10,400,000. The estimated days for contract completion is 730 days.
 
Place of Performance
Address: NAS Corpus Christi, Texas
Zip Code: 78363-5103
Country: United States
 
Record
SN00068999-W 20020502/020430213452 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.