Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

Y -- MISSILE DEFENSE AGENCY (MDA) MILCON MDA-464 TEST FACILITIES AT PMRF BARKING SANDS, KAUAI, HAWAII

Notice Date
10/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0242, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-01-R-1350
 
Point of Contact
Cynthia Welsch, Contract Specialist, Phone (808) 471-2235, Fax (808) 474-7316,
 
E-Mail Address
WelschCC@efdpac.navfac.navy.mil
 
Description
A site visit will be scheduled approximately 2 weeks after issuance of the RFP. Offerors are advised to periodically check the FEDBizOpps and the NAVFAC E-Solicitation websites for further information on the site visit. A pre-proposal conference will not be held. This project will construct new facilities at the Pacific Missile Range Facility (PMRF), Barking Sands, Kauai, HI. The scope of work includes: a 2,090 Square Meter (SM) concrete and gravel Launcher Hardstand with fencing; a 251 SM concrete Blockhouse building with fencing; a 2 MW Powerplant with 2 MW redundancy; a 510 SM concrete, concrete masonry, and metal Contractor Logistic Support Maintenance and Launcher Support building; a 650 SM concrete, concrete masonry, and metal Central Support Facility building; and a 5,000 SM concrete and gravel Radar Hardstand with fencing. These facilities will be interconnected by communication and other utilities lines. The completion of the facilities will be phased to meet planned test program deployment dates. The facilities delivery schedule will be as follows: Central Support Facility - November 03; Radar Hardstand - March 04; Contractor Logistic Support Maintenance facility - May 04; Launcher and Blockhouse - July 04. Estimated range from $10,000,000 to $25,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 233320 AND AVERAGE ANNUAL RECEIPTS IS $28.5 MILLION AVERAGE ANNUAL RECEIPTS OVER THE LAST THREE FISCAL YEARS. This procurement is UNRESTRICTED. This is a best value, 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) PAST PERFORMANCE; (2) QUALIFICATIONS/EXPERIENCE OF KEY PERSONNEL; (3) MANAGEMENT PLAN/PROJECT SCHEDULE AND (4) SMALL BUSINESS UTILIZATION. The Request for Proposal (RFP), CD-ROM only, will be available on or after October 28, 2002 for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to: Document Automation and Production 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 completed 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. A planholder's list will be available after the solicitation is issued and may 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 TO THE MAXIMUM EXTENT POSSIBLE 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.
 
Place of Performance
Address: PMRF BARKING SANDS, KAUAI, HAWAII
 
Record
SN00180648-W 20021004/021002213415 (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.