Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

C -- FY10 MCON P-839, Construct 1,000-Yard Range, Marine Corps Base Hawaii (MCBH), Puuloa, Hawaii

Notice Date
8/25/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247809R5002
 
Response Due
9/25/2008
 
Archive Date
9/25/2008
 
Point of Contact
Curtis Ogawa 8084746322 Clifford Sagara, phone (808) 474-6315<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This contract action is for services for which the Government intends to solicit and negotiate with only Fukunaga & Associates, Inc., under the authority of FAR 6.302-1, in the case of follow-on contracts. The project is for Architect-Engineer Services for FY10 MCON P-839, Construct 1,000-Yard Range, Marine Corps Base Hawaii (MCBH), Puuloa, Hawaii. The contractor shall provide all design and engineering services to prepare drawings and specifications, which will be used as construction documents for the construction of a 1,000-yard firing range and shall provide the 100% pre-final and final plans, cost estimates and design analysis for the project. Construct a 121.914 meter (400 yard) long extension to the existing 600 yard long Rifle Range B. The extension will include, but not be limited to, the following: (1) Two 281.926 meter (925-foot) long side containment structures. One side containment structure is an earth berm, 15.239 meters (50 feet) wide and a minimum of 4.3 meters (14.1 feet) above the firing line finish surface. Due to the site constraints of the EMR (Electromagnetic Radiation) Hazard from a nearby antenna, and to maximize the available space for 12 firing lanes, a concrete side containment wall will be installed on the East side of the range. The top of the concrete side containment is also a minimum of 4.3 meters (14.1 feet) above the firing line finish surface; (2) A raised earth firing line with 12 firing lanes at the 700, 800, 900, and 1,000 yard firing lines; (3) Site clearing of shrubs and trees; (4) A 2.438 meter (8-foot) high perimeter chain link fence (2.133 meter (7 foot) high chain link fence with 300 mm (1 foot) of barb wire) and vehicle gates; (5) a 1.219 meter (4-foot) high interior chain link fence, chain link gates, and vehicle barrier gates; (6) Irrigation system, grassing, and erosion control blanket and (7) modification to the target pit and impact berm which includes demolition of a segment of the top of the target pit back wall and installation of a bullet containment system for the 12 firing lanes. Firms that have the capability to perform the work should notify us within 30 days after the date of publication of this synopsis. This notice of intent is not a request for competitive proposals. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAICS Code 541330 applies. Estimated start date is October 2008. Proposal may be subject to an advisory audit performed by the Defense Contract Audit Agency. Effective January 1, 2005, the Federal Acquisition Regulations (FAR) will require the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR Clauses 52.204-7 Central Contractor Registration (Apr 2008) and 52.204-8 Annual Representations and Certifications (Jan 2006). A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. (Note: SF 254 & SF 255 have been discontinued and will no longer be accepted.) Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=18dc604c0e7758edee0fd7f3644752e2&tab=core&_cview=1)
 
Record
SN01649606-W 20080827/080825220630-18dc604c0e7758edee0fd7f3644752e2 (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.