Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

Z -- REPAIR DRYDOCK STRUCTURE AT NSB KINGS BAY, GA

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Southeast, Building 902 P. O. Box143, Jacksonville, FL, 32212-0143
 
ZIP Code
32212-0143
 
Solicitation Number
N69272-06-R-0002
 
Response Due
3/30/2006
 
Archive Date
4/14/2006
 
Point of Contact
Dominga Skaruppa, Contract Specialist, Phone 904-542-8745 X1123, Fax 904-542-8710,
 
E-Mail Address
dominga.skaruppa@navy.mil
 
Description
This solicitation is unrestricted and open to participation by all interested firms with specialized experience and qualifications required by this project. This procurement will result in the award of a firm fixed-price design/build construction contract for repairs to the Trident Refit Facility (TRF) Drydock located at Naval Submarine Base Kings Bay, GA. The project is a corrosion control project. The facility consists of the Drydock cover/structure, the Drydock basin, and six ancillary buildings. The drydock cover/structure is a large, partially enclosed, metal clad structure composed of structural steel members. It is 825’ long by 236’ at the base. The facility also includes a 300’ open lay down area to the north of the enclosed portion of the structure. The frames are a truss-bent configuration, generally spaced at 25’ intervals. The roof girder is a 210’, 10-panel Pratt truss with a sloping top chord. It is supported on each side by a vertical truss consisting of 2 main columns and a crane column. These steel columns are supported on a concrete pedestal that rises 4’ above the cope deck. The ancillary buildings are masonry building with metal cladding. The existing structural steel in the drydock cover/structure from an elevation of 33’ (16’ above the cope deck) has experienced corrosion damage. This project requires the contractor to remove all coatings on all structural framing members above Elevation 33’ to a SSPC SP 10 specification and to apply a new epoxy polyamide coating system. In addition, corroded bolts, gusset plates, and pipe support rods shall be replaced. The metal wall panels on all buildings shall be patched, lower flashing replaced, and the exterior wall panels shall be pressure-washed to SSPC SP 12 specification and coated per the 09900 specification. The project will require scaffolding and containment for capturing all coating removal debris, dust, and paint spray. Contractor shall maintain temperature and humidity control during surface preparation, coating application, and initial curing. The project also requires working at heights greater than 100’ above water and/or finished grade. Contractor SHALL be certified to SSPC-QP1. This work will be performed in a Waterfront Restricted Area, therefore the project contains several WORK RESTRICTIONS and SECURITY RESTRICTIONS. Due to the importance of the Drydock facility to national security, the project has a very AGGRESSIVE MANDATORY SCHEDULE, with contract award on or around May 15, 2006 and construction completion of Aug 2, 2007. The project shall be conducted in two phases with separate LD’s for each Phase. Phase 1 shall occur during an operational shutdown of the facility and Phase 2 shall be conducted while the Drydock is in service. The estimated price range is between $12,000,000-$13,966,000 with a completion date of Aug 2, 2007. The NAICS Code is 238320 with a size standard of $12,000,000. This is a negotiated source selection procurement that consists of the submission of technical and price proposals. The source selection process to be used is Best Value Trade-Off Approach. Award will be made to the offeror whose total price and technical proposal offers the best value to the government. This will be an electronic solicitation, which can be downloaded from ESOL at http://www.esol.navfac.navy.mil. The solicitation should be available at this site on or about February 13, 2006. Proposals will be due on or about March 30, 2006. Attendance to the Pre-Proposal Conference and Site Visit on or around March 02, 2006 IS MANDATORY. The solicitation package will provide exact dates. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N69272/N69272-06-R-0002/listing.html)
 
Place of Performance
Address: Naval Submarine Base Kings Bay, GA
Zip Code: 31547
Country: US
 
Record
SN00980329-F 20060205/060203214442 (fbodaily.com)
 
Source
FedBizOpps 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.