Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

Y -- Jet Engine Test Cell Facilities at Naval Air Station Kingsville, Texas and Naval Air Station Meridian, Mississippi

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62470-07-R-7013
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Description
The Naval Facilities Engineering Command Atlantic, Norfolk, VA, utilizing a one-step Design/Build Best Value Source Selection process, will conduct evaluations and make the selection of a contractor to construct Jet Engine Test Cell Facilities at Naval Air Station Kingsville, Texas and Naval Air Station Meridian, Mississippi. A Request for Proposals (RFP) will be issued to solicit offers. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the plans and specifications. NAVFAC Atlantic will provide a design-build Request for Proposal (RFP) package that includes a T-10 Jet Engine Test Cell definitive design for use as a basis for the development of the final design package to include site adaptations. Description of the project is as follows: Naval Air Station, Meridian, Mississippi - Design and construct an air-cooled jet engine test cell with prefabricated run room, primary and secondary inlets, and exhaust deflector all constructed with high performance acoustical panels. The engine test room will have sound attenuated personnel doors and acoustical entry doors for bringing in the jet engines. The facility also includes an ancillary masonry enclosure containing a control room with observation window and instrumentation racks, storage room, office, bathroom, mechanical room, fuel room, and preservation oil. Fire protection, heating, ventilation and air-conditioning, power, lighting, paving and site improvements will be provided. Built-in equipment includes an engine hoist, instrumentation boom, compressed air to rotate engines for start-up, proof load, and fuel supply and preservation oil systems. Supporting facilities will include a static/fixed air compressor system, a 20,000-gallon fuel storage tank, and an oil/water separator and demolition of the existing outdoor test cell facilities B71, B177, and B178. Naval Air Station Kingsville, Texas - Design and construct an air cooled jet engine test cell with prefabricated run room, primary and secondary air inlets, and exhaust augmenter, all constructed with acoustical panels. The run room contains acoustical main engine entry and personnel doors. The facility also includes an ancillary masonry enclosure containing a control room with an observation window and facility instrumentation racks, fuel/preservation oil room, rest room, and test equipment storage room. Built in equipment will include engine hoist, instrumentation boom, engine air start, fuel system, proof load, and preservation oil systems. Supporting facilities will include a start air compressor system and a 20,000 gallon aboveground fuel tank, complete with containment berm, capable of serving the test cell. New construction also includes a fire protection system, HVAC, lighting, and power. An oil/water separator, electrical, water utilities, industrial waste system, and sanitary sewer system, and access paving will be provided. The solicitation will utilize Source Selection Procedures per FAR Part 15 and will result in a construction contract award in accordance with FAR Part 36. Award for this procurement will be made to the contractor offering the best value to the Government, considering both technical and price factors, where technical and price are approximately equal. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria identified in the solicitation. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact offerors for the purpose of clarifying aspects of their proposal. Offerors will be afforded an opportunity to visit the sites. The site visits will take place at Naval Air Station Meridian on Tuesday, July 17, 2007 at 9:00 a.m. and Naval Air Station Kingsville on Thursday, July 19, 2007, at 9:00 a.m. Arrangements to attend the site visits shall be coordinated with the DoN at least three days in advance. For information, directions and reservations to attend the site visits, please e-mail David Stevens, NAS Meridian, at david.1.stevens1@navy.mil or call (601) 679-3727 and Lt. Brian Schonefeld, NAS Kingsville, at brian.schonefeld@navy.mil or call (361) 516-6107. Each participant who wishes to attend the site visits shall meet the site security requirements. To make reservations for the site visits, e-mail the following information: individuals name, company name, complete company address, phone and fax numbers, e-mail address, date of birth, citizenship, place of birth of each representative, and drivers license number to david.l.stevens1@navy.mil and brian.schonefeld@navy.mil no later than Friday, July 13, 2007. If the company representative is not a United States citizen and wishes to attend the site visits, please e-mail the country of citizenship and place of birth for additional security review. A valid form of picture identification will be required to attend the site visits. Drivers will need their current insurance and registration or rental agreement. It will be permissible to bring a camera to take photographs of the project sites. PROPOSALS ARE DUE ON AUGUST 3, 2007 AT 2:00 PM EST. The mailing address is Naval Facilities Engineering Command Atlantic, Attn: Contracts Department, Lisa Sumpter, Code ACQ12, 6506 Hampton Boulevard, Norfolk, Virginia 23508-1278. The Solicitation will be available electronically, on or about 3 July 2007, as project number N62470-07-R-7013, on the NAVFAC E-Solicitation website: http://esol.navfac.navy.mil/. The solicitation will be available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. If you are unable to access the above referenced web site or have problems downloading the project package, you may call Lisa Sumpter at (757) 322-4087. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Amendments will also be posted on the website for downloading. This will normally be the only method for distributing amendments; therefore, it is the offeror?s responsibility to check the website periodically for any amendments to this solicitation. Only registered contractors will be notified by email when amendments to the solicitation are issued. The official plan holders list, a list of all parties who have registered for the RFP, can be printed from the website. Questions about this project MUST be submitted in writing. Technical inquiries and any noted inconsistencies in the RFP shall be faxed to (757) 322-4178, Attention: Lisa A. Sumpter, Code ACQ12 or preferably sent via email at lisa.sumpter@navy.mil. The Estimated Cost Range is between $25,000,000 and $100,000,000. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31,000,000.00. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of contract.
 
Place of Performance
Address: Naval Air Station Kingsville, Texas, Naval Air Station Meridian, Mississippi
Zip Code: 78363
Country: UNITED STATES
 
Record
SN01322667-W 20070621/070619223737 (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.