Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2002 FBO #0333
SOLICITATION NOTICE

Y -- Engine Maintenance Shop Addition/Hazmat Storage Facility (Two-Phase, Design/Build), Joint Reserve Center at Belle Chase

Notice Date
10/29/2002
 
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
N62467-03-R-0082
 
Response Due
11/6/2002
 
Point of Contact
Agnes Copeland, Contracting Officer, Phone 843-820-5975, Fax 843-818-6866, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
copelandap@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
The proposed contract N62467-03-R-0082, ENGINE MAINTENANCE SHOP ADDITION/HAZMAT STORAGE FACILITY, BELLE CHASE, NOLA, listed herein is being considered for 100% 8(a) or HUBZone Set-Aside. All interested 8(a) or HUBZone concerns will notify this office via email of their intention to submit a proposal on the proposed contract as Prime no later than 5 NOV 2002. NOTE: 8(a) and HUBZone firms: This notification/submittal MUST include (1) the name, address, and small business size status of the firm; (2) past performance references; (3) evidence of experience in the design and construction of similar size and complexity (construction costs between $1,000,000 and $5,000,000); (4) experience in Hazardous Material Supply Storage Facilities and Engine Maintenance Shop additions or renovation/addition work; (5) experience in design-build projects; and (6) Specify the name of the entity or entities (whether it is the prime contractor or one or more first tier subcontractors to the prime contractor) which will perform the manufacturing, installation and testing of the 10-ton bridge crane to be installed in the Engine Maintenance Shop. Each entity, whether it is the prime contractor and/or one or more first tier subcontractors to the prime contractor, which will perform the 10-ton crane manufacturing, installation and testing must have satisfactorily performed or participated in crane manufacturing, installation and testing of two (2) or more cranes of similar capacity projects which were satisfactorily constructed within the years 1997 to date. Cranes with capacities less than 7 tons are not considered to be of similar capacity. (a) For each entity, include two or more projects for cranes which demonstrate that each entity meets the criteria set forth in Paragraphs (b thru d) below. The project information shall include, at a minimum, the following information: (i) the contract name or number, completion date of the project, and the total cost of the project; (ii) the names and telephone numbers of the facility or installation for whom the crane manufacturing and installation was performed; (iii) the name and telephone number of a supervisory level point of contact at each facility or installation who has knowledge of the performance of the entity or entities. (b) Each entity should provide a brief technical description of the cranes listed in response to paragraph (a) above. This description shall include the size and capacity of the cranes and a description of the crane?s hoist configuration, drive system, and control system. Provide information regarding any special features or unusual circumstances that these crane(s) had to meet. (c) Each entity shall provide a sample general arrangement drawing for one (1) of the cranes identified in response to paragraph (a) above, showing the key dimensions and clearances. The drawing shall show a plan view and front and side elevations. If adequate interest is not received from 8(a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, then the requirement will be issued unrestricted. Also, if adequate interest is received from 8(a) and HUBZone concerns, it is the Contracting Officer's determination on how this will be set-aside IAW SBA Procedural Notice, Control No.: 8000-553 dated 10-10-2001. The contract will be identified as N62467-03-R-0082. This project will be issued as a Two-Phase Design Build Solicitation. It consists of the design and construction two separate facilities: a 16,000 SF HAZARDOUS MATERIAL STORAGE FACILITY AND A 5,802 SF ADDITION TO AN EXISTING ENGINE MAINTENANCE SHOP AT THE JOINT RESERVE CENTER AT BELLE CHASE, LA. The Hazardous material storage building will be a new masonry structure, no larger than 16,000 square feet. The building will include both administrative and hazardous material storage areas. The engine maintenance shop addition will be the addition onto a masonry building no larger than 5,800 square feet, and will include the installation of a 10-Ton Bridge Crane. The facility shall also be constructed in accordance with DOD Standards for Anti-Terrorism/Force Protection Requirements. Site improvements include a new loading ramp, improvements to existing fencing, and a wash rack facility. The work includes all incidental related work to provide a complete and usable facility. NAICS is 233310 (236210): Industrial Building Construction and Size Standard is $28.5M. All interested 8(a) Set-Aside or HUBZone Set-Aside concerns will notify this office via email to copelandap@efdsouth.navfac.navy.mil no later than NOVERMBER 6, 2002. YOUR RESPONSE MUST include the requirements (1) through (6) listed above.
 
Place of Performance
Address: New Orleans, LA
 
Record
SN00195734-W 20021031/021029213434 (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.