Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
MODIFICATION

Z -- Wharf & Pier Improvements Phase I & Phase II, Navy Inactive Ship Maintenance Office (NISMO), Philadelphia

Notice Date
1/29/2007
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, PWD PA, 4903 S. Broad Street Building #1032, Philadelphia, PA, 19112, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-07-R-4504
 
Response Due
2/15/2007
 
Archive Date
3/2/2007
 
Description
NOTICE ? THIS PRESOLICITATION NOTICE IS AMENDED AS FOLLOWS. The title of the project is hereby changed to read "Wharf & Pier Improvements at the Navy Inactive Ship Maintenance Office (NISMO). Description of Work Posted on 13 December 2006 should be DELETED and is hereby REPLACED with the following Description of Work: The contractor shall provide all the necessary labor, equipment and materials necessary to perform the design and construction for the following: Base Bid Work will include Structural repairs and upgrades to the following: Wharf N, Intrepid Avenue Wharf, Constitution Avenue Wharf, Pier 4, 16th Street Wharf, and Langley Avenue Wharf Improvements at Wharf N include concrete seawall repair, timber pile and pile cap repair/replacement, steel sheet pile patching, paved surface repairs, steel fender system repairs and repainting, tie rod repairs, investigation of existing concrete deadmen and supporting piles from Station 34+10 to 34+92, and cleaning/repainting of mooring hardware. Improvements at Intrepid Avenue Wharf include concrete seawall repair, repair of timber sheet piling, timber pile repair/replacement, and cleaning/repainting of mooring hardware. Improvements at Constitution Avenue Wharf include concrete seawall repair, protective improvements to anchoring system, repair of uplifted timber fender wales, and cleaning/repainting of mooring hardware. Improvements at Pier 4 include the repair of the concrete deck and the replacement of existing mooring bollards with double bitts. Improvements at 16th Street Wharf include the repair of timber piles and concrete seawall and the replacement of the fender system. Improvements at Langley Avenue Wharf include concrete seawall repair, repair of timber sheet piling, paved surface repairs, and cleaning/repainting of mooring hardware. Electrical repairs and upgrades to the following: Wharf N, Intrepid Avenue Wharf, Constitution Avenue Wharf, Pier 4, and 16th Street Wharf. The installation of primary and secondary site electrical services, including unit substations, power connection stations, duct banks, and outlets; and incidental related work. OPTION 1 Structural repairs at Wharf N. This option for improvements at Wharf N includes the removal of piles and concrete deadmen and provisions of new piles and concrete deadmen to provide adequate support to the existing steel pile wall from Station 34+10 to 34+92. This option will be utilized if the Contractor?s investigation as part of Base Bid results in a finding that the existing concrete deadmen and supporting piles require replacement. OPTION 2 Structural repairs at Wharf N. This option for improvements at Wharf N includes removal of existing sheet piling and walers and provision of new sheet piling and walers from Station 34+10 to 34+92. This option will be utilized if the Contractor?s investigation as part of the Base Bid results in a finding that the existing sheet piling and walers require replacement. OPTION 3 Structural repairs at Wharf F and Pier F. This option for improvements at Wharf F includes the installation of steel sheet piling, concrete pile caps, placement of sand fill, installation of soil anchors, cleaning/repainting of mooring hardware, and installation of new fender systems. Improvements at Pier F include the repair of timber piles, concrete seawall and curb. OPTION 4 Electrical repairs and upgrades at Wharf F and Pier F. This option for improvements at Wharf F and Pier F includes the installation of primary and secondary site electrical services including unit substations, power connection stations, duct banks, and outlets; and incidental related work. OPTION 5 Structural and Electrical repairs at Wharf E. This option for structural improvements at Wharf E includes installation of steel sheet piling and concrete pile cap, placement of sand fill, installation of soil anchors, installation of concrete/pavement deck, and cleaning/repainting of mooring hardware. Electrical improvements at Wharf E include installation of primary and secondary site electrical services, including unit substations, power connection stations, duct banks, and outlets; and incidental related work. Cost Range: More than $10,000,000.00 THE END OF AMENDED DESCRIPTION OF WORK. This contract will contain Davis Bacon Wages. It is the Government?s intention to award a Firm-Fixed Price contract using Two-Phase Design-Build Selection Procedures. Phase One will be evaluated on technical qualifications such as corporate and specialized experience, technical competence, capability to perform and past performance of the offeror?s team, (including the architect-engineer and construction members), safety record, and small business subcontracting efforts. An initial review of the offeror?s bond capacity and financial responsibility will also be conducted during this phase. Ratings for the Phase One factors will be carried over from Phase One to Phase Two and will be considered in the overall determination of the best value to the Government. Proposals in Phase One will be evaluated to determine which offerors will submit proposals for Phase Two. It is anticipated that not more than five proposals will be considered for Phase Two; those proposals will be the highest rated proposals for the Phase One factors. Phase Two evaluation will include such factors as technical approach, design concepts, management approach and proposed technical solutions as well as price. A detailed description/scope of work of the project will be included as an Amendment to the solicitation document to be issued to offerors considered for Phase Two. The North American Industry Classification System (NAICS) is 237990. The size standard is $23,000,000.00. This solicitation will be issued UNRESTRICTED ? open to large and small business concerns. The solicitation (specification) will be limited to the electronic medium. The specification WILL NOT be provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is http://esol.navfac.navy.mil . Registration and downloading from the Internet is free of charge; however, some specifications may take a considerable amount of time to download. All prospective bidders are required to register on the Naval Facilities Engineering Command ESOL website for this procurement when specifications become available. To do so, you must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals (RFP) package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. If you fail to register, the Government cannot be responsible for your being notified of any amendments to the solicitation. The solicitation will be available on or about 29 December 2006. Notification of any changes to this solicitation (amendments) shall be made only on the internet. Therefore it is the contractor?s responsibility to check the Internet site daily for any posted changes to the solicitation. In addition, all contractors are required to register in the Department of Defense (DoD) Central Contractor Registration (CCR) Database. Failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at http://www.ccr.gov/ or by referring to DFARS Subpart 204.11. NOTE: Offerors should submit verification of their firm?s registration in the CCR database with their offer.
 
Place of Performance
Address: Philadelphia Pa.
Zip Code: 19112
Country: UNITED STATES
 
Record
SN01221426-W 20070131/070129220931 (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.