Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOLICITATION NOTICE

Y -- FY04 MCAF PROJECT, REPAIR AIRFIELD PAVEMENT (PHASE III) AND FY04 MCAF PROJECT, UPGRADE ISLAND-WIDE INFRASTRUCTURE (PHASE I), WAKE ISLAND

Notice Date
5/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-05-R-1304
 
Description
The work involves repairing airfield pavement and upgrading island-wide infrastructure on Wake Island. The work is primarily as follows: FY04 MCAF Repair Airfield Pavement, Phase 3: The work primarily includes overlay with new asphalt concrete (AC) pavement and pavement fabric over the surfaces of Parallel Taxiway, Ladder Taxiway, Warm-up Pad and West Ladder, Taxiway B connector, and all shoulder areas; new pavement markings; replace new taxiway edge lighting system for the Parallel Taxiway, Ladder Taxiway, West Ladder, and Taxiway B; and replacement of the Airfield Emergency Generator and above ground fuel storage tank. FY04 MCAF Upgrade Island-Wide Infrastructure, Phase 1: The work primarily includes milling of the existing AC pavement, installing pavement fabric and AC overlay for Main Apron; milling the existing AC pavement and AC overlay for Taxiway A and Taxiway B, Station 400+776.972 to 400+858.364, and all associated shoulder areas; new pavement markings; new taxiway edge lighting system for Taxiway A including constant current regulator, lights, conduit, and wiring. Estimated range from $10,000,000 to $25,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237310 AND AVERAGE ANNUAL RECEIPTS IS $28.5 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This is a 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 may be substantially as follows: (1) Past Performance; (2) Experience and Qualifications 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 about 31 May 2005 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 express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. 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. Planholder's list will be available after the solicitation is issued and may obtained at https://www.pacific.daps.dla.mil. 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 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. In order to receive amendments and notices, it is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil.
 
Place of Performance
Address: WAKE ISLAND
 
Record
SN00808807-W 20050518/050516212214 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.