Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006

Y -- SOLICITATION NOTICE -- FY 97 AIRCRAFT ACOUSTICAL ENCLOSURE PROJECT AT NAVAL AIR STATION FALLON, NV SOL N62474-97-R-1508 DUE 081897 POC Sunny Drennan, Contract Specialist, Code 02T2SMD FAX NO. (415) 244-2986, M. Walker, Contracting Officer. 17. Requests for proposal documents must be made in writing, stating N62474-97-R-1508, to Defense Automated Printing Service, Oakland, CA. There is a $156.90 NON-REFUNDABLE Charge for "EACH" set of Plans and Specifications. To obtain Plans and Specifications, you may CHARGE your request to a CORPORATE VISA CREDIT CARD, or make your Cashier's check or Money Order to U.S. TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: ANDY VENABLE, 230 BOATSWAIN WAY, BLDG 311 -- 3e, FLEET INDUSTRIAL SUPPLY CENTER (FISC), OAKLAND, CA 94625-5013. Include: (1) Point of Contact; (2) Complete Company Name and Address; (3) Telephone Number; (4) FAX Number. Incomplete requests will be returned to the sender. To obtain a Plan Holders List, fax your request to (415) 244-2986. The work includes the furnishing of all labor, materials, and equipment required to complete the Aircraft Acoustical Enclosure, including disassembling, shipping, repairing and erecting of the existing aircraft acoustical enclosure located at the Naval Air Station, Alameda, California to the Naval Air Station, Fallon, Nevada. The project shall provide for a complete and functional facility to meet the Navy's mission to test and run up in-frame and out-of-frame aircraft engines while abating noise emissions to surrounding facilities and the environment. The acoustical enclosure and components shall be reassembled at the new site at NAS Fallon complete with Apron pavements, drives, ancillary facilities and utilities. Components requiring refurbishment or reconditioning are identified and the work must be performeed prior to reassembly or as necessary. Modifications for out-of-air frame engine testing are specifically identified and specified. Coordination with Government Furnished Equipment (GFE) test components are identified. The work includes furnishing and installing utilities, apron, road, parking and drainage. Utilities include fire and potable water, compressed air for aircraft air start, AFFF waste discharge system, and sanitary sewer. Apron includes concrete aircraft access apron. Road includes combined aircraft toway and vehicular access. Paking includes asphalt concrete. Drainage includes sheet run off, drainage ditch and RCP diversion for existing runoff. The extent of the work is defined by the Contract Drawings and Specifications. The estimated construction cost is between $5 Million and $10 Million. Contract duration is approximately 450 calendar days. This project is being issued on an "unrestricted" basis, inviting full and open competition. The standard industrial classification code is 1541 and the average annual size standard is $17 Million. Plans and specifications will be available on or about 10 July 1997. The following evaluation factors are presented in descending order of importance. Factors (combined) are approximately equal to price. (1) Past Performance; (2) Experience of the firm and key personnel and of the firm's Relocating/Fabricating Subcontractors and Key Personnel; (3) Project Management Plan; (4) Commitmentto Small Business. Information is to be provided in a Matrix format correlating experience information to prime contractor, key subcontractors,and key personnel of both prime contractor and subcontractors. Technical inquiries prior to Receipt of Proposals must be submitted in writing 15 days before date indicated for Receipt of Proposals and inquiries about Receipt of Proposal Date or number of amendments can be faxed to (415) 244-2986. (0164)

Loren Data Corp. http://www.ld.com (SYN# 0126 19970617\Y-0019.SOL)


Y - Construction of Structures and Facilities Index Page