Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
MODIFICATION

Y -- Runway and Taxiway Extension, Naval Air Station-Joint Reserve Base, New Orleans, Louisiana

Notice Date
2/26/2003
 
Notice Type
Modification
 
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-0066
 
Response Due
5/14/2003
 
Point of Contact
Janet Lietha, Contract Specialist, Phone 843-820-5618, Fax 843-818-6882, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
liethajg@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The project involves construction of a 2000 foot concrete/asphalt extension to primary runway 04, 1000 foot overrun at each end of runway 04-22 and a concrete/asphalt extension to the adjacent taxiway at Naval Air Station Joint Reserve Base New Orleans, LA. The project will also include runway/taxiway lighting, drainage system and soil stabilization. The project consists of two phases to allow the runway to be in operation at all times. The entire project shall be completed in 18 months. The total estimated value of this acquisition is over $10,000,000. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. Technical Factors include Past Performance, Small Business Subcontracting Effort, and Technical Qualifications. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated proposal; and award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. The Government intends to issue the Request for Proposals (RFP) electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about 4 April 2003. Proposals will be due around 14 May 2003. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The RFP, including the plans and specs, will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. Copies of a compact disk (CD ROM) of the plans and specifications may be purchased from the Defense Automated Printing Service (DAPS) in Charleston, SC. The point of contact at DAPS is Paula Brooks, (843) 743-2500, ext 24. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offferors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the date of receipt of proposals or the number of amendments, contact Shirley Shumer at (843) 820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above; faxed to (843) 818-6882, Attn: Janet Lietha, Code ACQ11JL; or e-mailed to liethajg@efdsouth.navfac.navy.mil. Results of proposals will not be available. The NAICS Code is 237310: Highway, Street and Bridge Construction. The Small Business Size Standard is $28,500,000.00. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-03-R-0066/listing.html)
 
Place of Performance
Address: Naval Air Station-Joint Reserve Base, New Orleans, Louisiana
 
Record
SN00389284-F 20030802/030731223524 (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.