Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

Z -- CONSOLIDATION OF FY02 MCON PROJECTS P-299 DRY DOCK 2 WATERFRONT SUPPORT FACILITY AND P-474 DRY DOCK ELECTRICAL DISTRIBUTION SYSTEM IMPROVEMENTS, PEARL HARBOR NAVAL SHIPYARD AND IMF, PEARL HARBOR, HI

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0242, 4262 Radford Drive, Honolulu, HI, 96818-3296
 
ZIP Code
96818-3296
 
Solicitation Number
N62742-94-R-1313
 
Response Due
7/17/2002
 
Point of Contact
Beverly Quevedo, Contract Specialist, Phone (808) 474-6314, Fax (808) 474-7316,
 
E-Mail Address
quevedoba@efdpac.navfac.navy.mil
 
Description
The solicitation is comprised of two FY02 MCON projects: 1) Project P-299: The work includes building demolition of two buildings, four relocatable buildings, and portable structures; and the construction of two 2-story pre-engineered metal buildings and two one-story communications buildings, consisting of cast-in-place concrete, concrete unit masonry, structural steel, metal decking, metal roof and wall panels, exterior finish system, steel and wood doors and frames, aluminum windows, gypsum board partitions, ceramic tile, acoustical ceilings, resilient tile flooring, painting and hydraulic elevators, fire protection, mechanical, electrical, civil, and incidental related work. Work also includes renovation of Building 208, consisting of selective demolition, new partial modified bituminous membrane roofing, ceramic tile, toilet partitions, plumbing, mechanical, electrical, and incidental work. 2) Project P-474: The work includes modifications to dry dock electrical systems, including modifications and additions of switchgear to indoor substations; replacement of portable outdoor substations; replacement of bare electrical bus connections with electrical cable receptacles; providing tunnels to enable utility connections without crossing crane rails; providing communications infrastructure to GD-1 and GD-2, and incidental related work. Total estimated range is from $10,000,000 to $25,000,000. The contract performance period is 720 calendar days. THE NAICS CODE FOR THIS PROCUREMENT IS 235310 AND THE ANNUAL SIZE STANDARD IS $12 MILLION. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Technical evaluation factors are as follows: (1) Experience/Past Performance; (2) Experience of Key Personnel; (3) Management Plan; and (4) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or about 17 June 2002 for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to: Defense Automated Printing Service, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii, 96860. Checks shall be made payable to "SUPERINTENDENT OF DOCUMENTS". If using a company VISA, Mastercard, or Discover card, you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholder's list will be available after the solicitation is issued and may be obtained at http://www.hawaii.wnbt.daps.mil/PACDIV/pacdiv.htm. Please note that the DAPS planholder's list may not be all inclusive. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil FOR DOWNLOADING. THIS WILL NORMALLY BE THE ONLY METHOD OF DISTRIBUTING AMENDMENTS. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil
 
Record
SN00086233-W 20020602/020531213452 (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.