Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

Z -- Airfield Lighting Improvements at the Naval Auxiliary Landing Field in Orange Grove, Texas

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
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
N62467-05-R-0144
 
Point of Contact
Kevin Logan, Contract Specialist, Phone 843-820-5775, - Shirley Berry, Contract Specialist, Phone 843-820-5938, Fax 843-818-6854,
 
E-Mail Address
kevin.logan@navy.mil, berrysa@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The 2002 NAICS Code for this solicitation is 238210, Electrical Contractors. The Small Business Size Standard is $12,000,000.00. The Federal Supply Code is Z249, Maintenance, Repair, and Alterations of Other Utilities. GENERAL REQUIREMENTS: This procurement is being advertised for one solicitation resulting in the award of one firm-fixed price design/build construction contract. Request For Proposal procedures will be utilized for this procurement. This procurement involves all labor, material, transportation, equipment and supervision for the design and construction work necessary to provide an Airfield Lighting Improvements at the Naval Auxiliary Landing Field in Orange Grove, Texas. The work includes Optical Landing Signal Stations and Wave-Off Systems, Threshold/End Lighting Systems, Hold Position Systems, Runway and Taxiway edge lighting, airfield signage, carrier deck lighting system, ramp lighting system, lighted wind socks, prefabricated concrete vault, electrical switchgear, transformers, regulators, back-up generator system, medium and low voltage distribution, underground distribution systems and a new beacon. The work will also include demo of the interior of the existing vault including asbestos abatement and disposal of existing equipment. The airfield will remain in operation during construction, which will require extensive coordination with airfield operations personnel. The Contractor will be required to complete work quickly, often during nights and weekends, shifting construction work location from one area to another to accommodate airfield operations. The Contractor will be required to leave major systems in operation at the end of every workday. The total estimated value of this acquisition is between $4,383,000 and $5,357,000. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. Proposals will be evaluated using two-phase source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. Phase I of the procurement process is a narrowing phase to a maximum of five offerors, design-build firms or teams, based on design-build factors that include: Past Performance, Small Business Subcontracting Effort, Technical Qualifications of Key Personnel on Design Team and Construction Team, and Management Approach. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit technical and price proposals for the project. The price proposal will be a lump sum price for the project, and may include the evaluation of scope-design options within the Governments published budget for award. The Phase II Technical Factors include Past Performance, Small Business Subcontracting Effort, Technical Qualifications of Key Personnel on Design Team and Construction Team, and Technical Solution. This solicitation is formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the construction selection procedures of FAR 36. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. 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. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. RFP ISSUE DATE: The Government intends to issue the Phase I Request for Proposals, RFP, electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil on or about 2 August 2005. Offerors must register on the Internet at http://esol.navfac.navy.mil. Phase I proposals will be due on or about 8 September 2005. In Phase II, RFP will be posted on the NAVFAC web site for viewing and downloading, although the download time may be excessive. 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. Offerors MUST be registered in the Central Contractor Registration, CCR, database with a DUNS number in order to participate in this procurement. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov. For inquiries about Administrative issues, i.e., the date of receipt of proposals or the number of amendments, contact Kevin Logan at 843-820-5775. 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 843-820-5819, Attn: Kevin Logan, Code OPT2ACKL; or e-mailed to kevin.logan@navy.mil. Results of proposals will not be available. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-NOV-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467/N62467-05-R-0144/listing.html)
 
Place of Performance
Address: The Naval Auxiliary Landing Field Orange Grove, Texas
Country: United States
 
Record
SN00927433-F 20051106/051104214413 (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.