Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

Y -- Design Build Aircraft Maintenance Hangar, Guam

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0262, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-1307
 
Response Due
8/25/2003
 
Point of Contact
Wanda Okemura, Contract Specialist, Phone (808) 474-7318, Fax (808) 474-7316, - Stan Louis, Supervisory Contract Specialist, Phone (808) 474-6731, Fax (808) 474-7316,
 
E-Mail Address
okemurawl@efdpac.navfac.navy.mil, louissj@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 NAVFAC E-Solicitation website for further information on the site visit. A pre-proposal conference will not be held. This project is to design/build an aircraft maintenance hanger to be constructed of reinforced concrete, able to withstand super typhoon conditions (170mph), Seismic Zone 4 criteria and to shelter a B-1, B-2, B-52, or KC-135 aircraft. It will also be used to perform phase maintenance, engine replacement, aircraft fuel system repair and will have environmental climate controls to accommodate the maintenance of the B-2. Two concrete aprons will access the hangar and an adjacent roadway will be realigned. The hangar will include, but not limited to, a general ventilation system with a local preconditioned air system, an underground collection tank, a bridge crane and a required fire detection and foam fire suppression system. Administration spaces shall include general offices, a security storage room to store classified documents and equipment, and toilet rooms with lockers and showers. Communications will include telephone cable, fiber optic cable and CATV. Estimated range from $25,000,000 to $100,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 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 July 10, 2003 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. If you are outside the 50 states, you are required to also submit a commercial invoice. 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. Further, DAPS will mail, via US Post Office, any requests for express mail that is provided incorrectly. 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 website may be down. Email the contract specialist okemurawl@efdpac.navfac.navy.mil to request a copy of the DAPS planholders list. 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: Andersen Air Force Base, Guam
 
Record
SN00354856-W 20030625/030623213944 (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.