Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
MODIFICATION

Z -- Repairs to Electrical Distribution System, Naval Air Station, Corpus Christi, TX

Notice Date
8/13/2003
 
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-0161
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
John Jeffries, Contract Specialist, Phone 843-743-7575 x-5345, Fax 843-820-5853, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
jeffriesja@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
CORRECTION: DELETE MANAGEMENT APPROACH FROM THE FACTORS TO BE EVALUATED. ALL OTHER INFORMATION IN THE SYNOPSIS OR DESCRIPTION REMAINS UNCHANGED. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The NAICS Code is 238210: Electrical Contractors. The Small Business Size is $12,000,000. Currently, Naval Air Station Corpus Christi receives its main distribution power from Central Power and Light (CP&L). CP&L owns and maintains the main sub-station located east of the main gate to NAS. The power is metered at the substation and fed through five underground circuit feeders and two overhead circuits. The distribution system was constructed in 1941. Wood utility poles have an average age of twenty-five years. Pad and pole mounted transformers and air switches are corroded, obsolete and deteriorated beyond repair. Emergency repairs were completed recently to underground feeder 4 due to splices failure. The system has surpassed its useful life and needs to be replaced. The project will provide general repairs to primary Electrical Distribution System at NAS Corpus Christi in order to meet current mission requirements. Generally speaking, the repairs will replace an aged, obsolete and unreliable electrical distribution system. More specifically, the work includes removing underground medium voltage cables, pole top switches, padmounted switches, and padmounted transformers; and providing new underground medium voltage cables, concrete encased duct banks, panelboards, pole top switches, padmounted switches, padmounted sectionalizing cabinets, and padmounted transformers. The work also includes reconnection to existing electrical utilities, testing, and incidental related work. The Government will award a contract resulting from this solicitation to the responsive/responsible proposer whose proposal conforming to the solicitation will be the BEST VALUE to the Government, price and technical factors considered. Proposers will be evaluated on Past Performance, Small Business Subcontracting Effort, Technical Qualifications, Technical Approach and Management Approach. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT RESERVES THE RIGHT TO EVALUATE 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 they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS. The Government is issuing the RFP approximately 11 AUGUST 2003 with a closing date of 12 SEPTEMBER 2003 at 3:00PM (EDT). The solicitation will be placed on the WEB site only. The entire solicitation, including any plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. A pre-proposal conference/site visit will be announced at http://esol.navfac.navy.mil. Prospective Offerors MUST register on the website. The official plan holders list will be maintained and can be printed from the website. Amendments will be posted on the website for downloading. This will normally be the ONLY method of distributing Amendments. Therefore, it is the offeror's responsibility to check the website periodically for any Amendments to this solicitation. Offeror's are required to 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 concerning the proposal due or number of Amendments issued, contact Shirley Shumer at 843-820-5923. Technical inquiries must be emailed in a word file fifteen (15) days before proposals are due to jeffriesja@efdsouth.navfac.navy.mil. The estimated value is between $1,600,000 and $2,000,000.
 
Place of Performance
Address: Naval Air Station, Corpus Christi, TX
 
Record
SN00399929-W 20030815/030813214008 (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.