Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

56 -- DEFENSE LOGISTICS AGENCY (DLA) MILCON P-401, REPLACE FUEL STORAGE FACILITIES DEFENSE FUEL SUPPLY POINT (DFSP) AT NAVAL BASE POINT LOMA, SAN DIEGO, CALIFORNIA.

Notice Date
10/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Coastal IPT, (formerly South Bay AFT), Attn: 5S02 2585 Callagan Highway, San Diego, CA, 92136-5198, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-08-R-7501
 
Response Due
11/30/2007
 
Archive Date
12/15/2007
 
Point of Contact
Tina Collins, Contract Specialist, Phone (619) 556-7321, Fax (619) 556-8929
 
E-Mail Address
tina.collins@navy.mil
 
Description
THIS SOLICITATION IS BEING ADVERTISED AS FULL AND OPEN COMPETITION FOR PRE-QUALIFICATION OF SOURCES (PHASE 1). NAICS code is 237120 Oil and Gas Pipeline and Related Structures Construction. The size standard is $31M. This is a Stand Alone, Firm Fixed Price, Construction Contract. Full Design is completing. This project replaces the existing fuel storage and distribution facilities at Naval Base Point Loma, San Diego, CA. Project demolishes existing underground and aboveground storage tanks (ASTs) and constructs eight 125,000 bbl ASTs, distribution piping, pump house, fuel oil reclamation and lube oil facilities, truck load/unload stations, pier side control tower, extensive earthwork, site improvements, earth retaining structures, pavements, storm and sanitary sewers, sedimentation basins, security fencing, lighting, electrical distribution systems, emergency power generators, cathodic protection, fire protection, control/alarms, and utility connections. Project includes extensive remediation of fuel contaminated soils, automatic tank gauging, physical security and collateral equipment. The government will award a contract resulting from Phase II solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation and is considered to be Best Value based on technical factors and price. Phase I will be evaluated on Factor 1 Relevant Experience, Factor 2 Past Performance, and Factor 3 Safety. Contractors must be rated at least ?Satisfactory? or higher and must demonstrate adequate bonding capacity during Phase I. Only contractors on the Qualified Firms List will receive Phase II RFP. Phase II proposers will be evaluated on their overall rating from Phase I and Factor 4 Team Approach, Factor 5 Support for Small Business, Factor 6 Construction Approach and Factor 7 Price. Subfactors are applicable and will be listed in the solicitation. When the proposals are evaluated as a whole, overall Phase I factors and Phase II Factors 4,5,6, are equal in importance and more important than Factor 7. The importance of Factor 7, Price will increase if offerors are considered essentially equal in terms of technical capability or if price is so significantly high as to diminish the value of technical superiority to the Government. The Government reserves the right to reject any or all proposals at any time prior to award or to negotiate with any or all proposers. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED, therefore proposals should be submitted initially on the most favorable terms. Proposers should not assume they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The government intends to issue the solicitation on our website at http://www.esol.navfac.navy.mil no later than 18 OCT 2007 and proposals due 30 NOV 2007. Site visit will be on 24 OCT 2007. Time and place will be included in the solicitation. RFI?s will not be accepted after 26 NOV 2007. Any Amendments will also be posted on ESOL. OFFERORS ARE RESPONSIBLE TO CHECK PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. In order to participate in this procurement, all offerors MUST be registered in the Contractors Central Registration (CCR). The website for CCR is http://www.ccr.gov. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100. Federal requirements of 38U.S.C.4212(d) for that fiscal year. Instructions, information, and follow-up assistance is provided at the VETS-100 Processing Center at 703-461-2460 or via email at helpdesk@vets100.com. Technical inquiries MUST be submitted in writing, at least 5 days prior to the closing of the solicitation and submitted to Chad Slade at 619-556-9569 or chad.a.slade@navy.mil. Facsimile inquiries will not be accepted. DO NOT SUBMIT QUESTIONS TO ANYONE OTHER THAN CHAD SLADE, unless directed by a formal amendment.
 
Place of Performance
Address: NAVAL BASE POINT LOMA, SAN DIEGO, CALIFORNIA.
Zip Code: 92110
Country: UNITED STATES
 
Record
SN01428006-W 20071005/071003223834 (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.