Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
MODIFICATION

Y -- Munitions Storage Igloos

Notice Date
10/27/2005
 
Notice Type
Modification
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Construction Contracts Branch (AQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-06-R-1302
 
Response Due
12/21/2005
 
Point of Contact
Wanda Okemura, Contract Specialist, Phone (808) 474-6321, Fax (808) 474-7316,
 
E-Mail Address
wanda.okemura@navy.mil
 
Description
This project is for the design and construction of facilities for new munitions storage igloos to support forward positioning of munitions at this strategic overseas Air Expeditionary Force (AEF) Forward Operating Location (FOL). It is the intent for the selected Design-Build Contractor to provide the design and construction of a complete and usable facility for the Government, including the following elements: 1) Standard 7-bar Air Force Modular Storage Magazine, Box-Type, Std 421-80-06 (Hayman Igloo) at locations designated in the Andersen Air Force Base Munitions Storage Area; 2) Access roadway and site preparation; 3) Electrical power lighting; 4) Lightning protection; 5) Intrusion detection and telecommunication systems. The Government will only provide preliminary design plans that are approximately 40% complete. Except for the slab-on-grade and foundation system, the magazines are fully designed of precast and cast-in-place reinforced concrete construction with heavy steel doors, and shall be constructed in accordance with the Air Force Modular Storage Magazine, Box-Type, Std. 421-80-06, Standard Drawings with modifications incorporated in the design. The contract performance period is 553 calendar days. A site visit will be scheduled approximately 2 weeks after issuance of the RFP. Offerors are advised to periodically check the NAVFAC E-Solicitation website at for further information on the site visit. A pre-proposal conference will not be held. A contract resulting from this solicitation is subject to congressional authorization and appropriation. Estimated range is from $10,000,000 to $25,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 238120 AND AVERAGE ANNUAL RECEIPTS IS $12.0 MILLION AVERAGE ANNUAL RECEIPTS OVER THE LAST THREE FISCAL YEARS. This procurement is UNRESTRICTED. This is a best value, 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 are as follows: (1) Past Performance; (2) Qualifications and Experience; (3) Management Plan/Project Schedule and (4) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or after November 1, 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 (DAPS), 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 completed express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. If you are outside the 50 states, you are required to also submit a commercial invoice. 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. Further, DAPS will mail, via US Post Office, any requests for express mail that is provided incorrectly. A planholder's list will be available after the solicitation is issued and may obtained at https://wer the solicitation is issued and may obtained at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListNavy.htm. 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 TO THE MAXIMUM EXTENT POSSIBLE 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. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-OCT-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-FEB-2006, 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/N62742R/N62742-06-R-1302/listing.html)
 
Place of Performance
Address: Guam
 
Record
SN00988374-F 20060216/060214213837 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.