Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2003 FBO #0519
MODIFICATION

C -- FY05 MCON P973 LIMITED AREA PROCESSING AND STORAGE COMPLES (LAPSC), SWFPAC, BANGOR, WA

Notice Date
4/30/2003
 
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
N44255-03-R-1041
 
Response Due
5/7/2003
 
Point of Contact
Stephanie Higgins, Contract Specialist, Phone (360)396-1865, Fax (360)396-0850, - David Briggs, Contracting Officer, Phone 360-396-0251, Fax 360-396-0850,
 
E-Mail Address
higginssk@efanw.navfac.navy.mil, briggsdm@efanw.navfac.navy.mil
 
Description
DESCRIPTION: Architect-Engineer (A/E) services are required for a firm-fixed price contract for the design and preparation of construction plans and specifications for Engineering Field Activity NW. A/E services required are primarily civil/structural in nature but a strong multi-discipline team is required. This solicitation is issued ?unrestricted? for a Firm Fixed Price Contract. NAICS Code for this procurement is 541310. The annual size standard is $4,000,000.00. Performance period will run 300 calendar days. The estimated construction amount is $110M. Estimated start date for this contract is October 2003. This project will construct a Limited Area Production & Storage Complex (LAPSC) Strategic Weapons Facility, Pacific, Naval Submarine Base, Bangor, Silverdale, WA - a 16,000-m2 multi-level, underground, hardened, blast-resistant, reinforced concrete structure, with approximate dimensions of 110 meters long by 82 meters wide. Two tunnels (approximately 122 meters long, 6 meters wide, and 6 meters tall) will provide heavy vehicle access to and from the LAPSC. An aboveground portion of the facility will provide administrative and utility support spaces. Special features of the facility include: power-operated physical security and blast-resistant doors, TEMPEST shielded rooms, seven (7) overhead bridge cranes (2 ton capacity), three (3) elevators, lightning protection system, grounding system, liquid waste collection/retention system, emergency air purge system, fire protection systems, and multiple HVAC systems. This project will also provide a new 1000 kW emergency generator (enclosed within a new hardened, reinforced concrete structure), two security guard towers, lightning protection, utilities, and other site improvements. The existing Limited Area perimeter fence, security zone, and patrol roads will be expanded to encompass the new LAPSC. This project will also demolish 6,000 M2 of existing structures - 2 buildings and 21 earth-covered magazines. All work will be accomplished within the Strategic Weapons Facility Pacific (SWFPAC) Production Area, and the highly secured Limited Area. The A/E shall prepare as-built documentation in both electronic media and hard copy, with electronic files submitted in AUTOCAD or INTEGRAPH Microstation-compatible computer drawing format. The A/E shall prepare computer-automated specifications using SPECSINTACT software. NOTE: Firms that design or prepare specs for a construction contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. SELECTION CRITERIA: The selection will be based on the following criteria: CRITERIA 1, Technical Qualifications and Experience of Key Design Personnel; CRITERIA 2, Design Management; CRITERIA 3, Past Performance; CRITERIA 4, Commitment to Small Business Concerns; and CRITERIA 5, Volume of Work. Criteria (1), (2), and (3) are the most important criteria and are of descending importance. Criteria (4) and (5) will be used as secondary evaluation criteria should the application of Criteria (1) through (3) result in firms being rated as equal. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may not be scheduled prior to slating of the most highly qualified firms. Those A-E firms slated for interviews may be asked to further explain their Criteria 2 elements. Elaborate brochures/presentations are not desired. Slated interviewees should plan for interviews to be held as early as 21 through 23 May 2003. SUBMISSION REQUIREMENTS: Complete submission requirements and the Statement of A/E Services are provided for download at the NAVFAC electronic website identified below under ?Additional Information?. All proposals must be submitted per the criteria and requirements further identified therein. FIRMS NOT PROVIDING THE REQUIRED INFORMATION MAY BE NEGATIVELY EVALUATED. ADDITIONAL INFORMATION: All firms must be registered with the Central Contractor Registration prior to contract award. Responses shall be submitted to Stephanie Higgins, Engineering Field Activity, NW, 19917 7th Avenue NE, Poulsbo, WA 98370-7570 no later than 2:00 p.m. local time on 07 May 2003. Submittals received after this date and time will not be considered. Facsimile submittals will not be accepted. Site visits will not be arranged. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. EXCEPT FOR THE STATEMENT OF A/E SERVICES, NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. Firms not providing the required information may be negatively evaluated. Outside corner of mailing envelope shall be labeled as follows: A-E Services (Limited Area), N44255-03-C-1041. E-mail address for inquiries is: higginssk@efanw.navfac.navy.mil. Any amendments or notices will be posted on the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil. It is the offeror?s responsibility to check the web site for any amendments and notices.
 
Record
SN00315275-W 20030502/030430213818 (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.