Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

Y -- FY07 MCON P-160, WHARF IMPROVEMENTS AND SSGN SHORE SUPPORT FACILITIES NAVAL SUPPORT FACILITY, DIEGO GARCIA, BRITISH INDIAN OCEAN TERRITORIES

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-07-R-1313
 
Response Due
12/7/2006
 
Description
This procurement is restricted to joint ventures with a minimum of one company each from the United States (U.S.) and the United Kingdom (U.K.) of Great Britain and no other countries. THERE WILL BE A ONE-TIME SITE VISIT DURING THE WEEK OF 14 NOVEMBER 2006. Interested visitors shall submit the "Site Visit Form" by 10 October 2006. The "Site Visit Form" may be downloaded at www.esol.navfac.navy.mil. The work includes both design-bid-build (Part A) and design-build work (Part B). The Deep Draft Wharf is composed of two (2) designated wharves. Wharf A is located at the southern half of the Deep Draft Wharf and Wharf B is located at the northern half of the Deep Draft Wharf. The design-bid-build (Part A) work is generally located at Wharf A and includes demolition; fender pile improvements; deck improvements supported by piles; mooring fittings; curb repairs below mooring fittings; concrete pavement; reinforced concrete and pre-engineered steel buildings; oil-water separator and tanks; low-pressure compressed air plant, and demineralized water plant; electrical substation and power mounds; sewer, oily-waste, high-pressure nitrogen, demineralized water, low pressure compressed air, and fire protection water lines; utility trenches and outlets along the face of Wharf A; sewage force main; road improvements and incidental related work. The design-bid-build work also includes concrete pavement replacement that extends from Wharf A to Wharf B. The design-build (Part B) work includes demolition, deck improvements supported by piles, mooring fittings, concrete pavement and incidental work at Wharf B; cathodic protection relocation and rectification in conjunction with design-bid-build work (Part A) at Wharf A; two-story bachelor quarters and related utilities; road improvements; and incidental related work. Conceptual drawings and RFP specifications for design-build work are included in (Part B) of the specifications. It is the Contractor's responsibility to complete the conceptual design drawings and specifications and construct the facilities in compliance with the overall performance requirements of the RFP. Estimated range between $25,000,000 and $50,000,000. The design-bid-build work (Part A) must be completed by December 2007. The remaining contract work shall be completed in 730 calendar days. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237990 AND AVERAGE ANNUAL RECEIPTS IS $31.0 MILLION OVER THE PAST THREE YEARS. 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. The technical evaluation factors will be substantially as follows: (1) Past Performance; (2) Experience; (3) Management Plan/Project Schedule and (3) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or about 13 October 2006 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, "Local News" tab. 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: DIEGO GARCIA
Country: BRITISH INDIAN OCEAN TERRITORY
 
Record
SN01142678-W 20060915/060913221951 (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.