Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2014 FBO #4464
MODIFICATION

Z -- DLA SPECIAL PROJECT P.2014.00300, POL PIER REPAIRS, U.S. NAVY SUPPORT FACILITY,DIEGO GARCIA, BRITISH INDIAN OCEAN TERRITORIES (BIOT)

Notice Date
2/11/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134, United States
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-14-R-1306
 
Archive Date
5/16/2014
 
Point of Contact
Ann H Saki-Eli, Phone: (808) 474-5356
 
E-Mail Address
ann.sakieli@navy.mil
(ann.sakieli@navy.mil)
 
Small Business Set-Aside
N/A
 
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. This project is for the repair of failing timber pile fender system, spalling concrete pier structure, and in-water and above water cathodic protection systems for the POL pier facility no. 426 at U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory. The work includes, but is not limited to, demolition, deck improvements, steel fender piles, marine fenders, cast-in-place concrete, cathodic protection by galvanized anodes, and incidental related work. THERE WILL BE A ONE-TIME SITE VISIT DURING THE WEEK OF 14 APRIL 2014. Personnel that are interested in attending the pre-proposal site visit must complete the following mandatory pre-travel training. (1)Level 1 Antiterrorism Force Protection (ATFP) Awareness Training: https://atlevel1.dtic.mil/at/ (2)Survival, Evasion, Resistance, and Escape (SERE) 100 Code of Conduct Level A (3)ISOPREP: Form is posted with this synopsis. The SERE 100 training contains sensitive but unclassified information which is "For Official Use Only (FOUO)" and an electronic version will be made available on a DVD-ROM. Each individual must complete a non-disclosure form and return to ann.sakieli@navy.mil. Upon receipt of the non-disclosure form from each individual, the DVD-ROM will be mailed via U.S. Postal Service. Companies wanting the DVD-ROM to be sent via air express service must furnish their completed express service air bill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in and arrangements made with the air express service to pick up the DVD-ROM at 4262 Radford Drive, Building 62, Honolulu HI 96818. 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. The DVD-ROM must be returned to Ms. Ann Saki-Eli upon completion of the training. Reproduction of the contents of the DVD-ROM is strictly prohibited. All individuals who will be receiving the sensitive information must comply with the requirements of DoDM 5200.01 dtd 24 Feb 12. Individuals that are interested in attending the pre-proposal site visit shall submit the following information to Ms. Ann Saki-Eli at ann.sakieli@navy.mil no later than 6 MARCH 2014: (1) Site Visit Form (posted with this synopsis); (2) Certificate of completion for the ATFP training; (3) Certificate of completion for SERE training; (4) ISOPREP form (Email containing the ISOPREP form must be password protected. Password must be provided via separate email to ann.sakieli@navy.mil, otherwise form must be mailed); and Estimated range is from $10,000,000 to $25,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237990 AND AVERAGE ANNUAL RECEIPTS IS $33.5 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 540 calendar days. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The technical evaluation factors are anticipated to be as follows: (1) Offeror's Relevant Experience; (2) Offeror's Past Performance; (3) Management Plan; and (4) Safety. The Request for Proposal (RFP) will be available on or about 13 February 2014. The RFP can be downloaded from https://www.fbo.gov after the RFP is issued. Hard copies containing the RFP will not be issued. Contractors must register with FBO to obtain access to the solicitation. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the solicitation. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the solicitation. Amendments will be posted to FBO and can be accessed at the following direct link https://www.fbo.gov. It is the offeror's responsibility to check the FBO website periodically for any amendments to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N62742-14-R-1306/listing.html)
 
Record
SN03286072-W 20140213/140211234441-02d039313dde2b1225b1b4a60eccbf20 (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.