Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

Y -- CONSTRUCT MARINE MAMMAL FACILITIES, VSW MCM DETACHMENT AT NAVAL AMPHIBIOUS BASE, CORONADO, CA SOL N68711-99-R-6312 DUE 090500 POC Cynthia Y. Urias, Contract Specialist (619) 556-9569, Janet A. Buyson, Contracting Officer (619) 556-8251 WEB: Southwest Division Naval Facilities Engineering Command, http://www.esol.navfac.navy.mil. E-MAIL: Click here to contact the Contract Specialist via, Uriascy@efdsw.navfac.navy.mil. DESC: This project is a firm fixed price Construction Contract. Subject to availability of funds. Construct facilities for Marine Mammal Systems Platoon for Very Shallow Water Mine Countermeasures (VSW MCM) Detachment at the Naval Amphibious Base, Coronado, CA. The proposed construction will be at three areas at NAB (Pier 2, Marine Mammal System Compound, and Pier 3). Pier 2 construction consists of installation of GFE: four (4) 30 ft X 30 ft mammal pens plus nets and one (1) 30 ft X 60 ft mammal pen plus nets (NE side of pier); a landing; davit crane; floating dock with brow to access pens; floating maintenance/security building; repair or replacement of existing floating dock at end of pier; lighting, telephone and electrical service. Pier 3 construction consists of a new 50-ft X 6-ft floating dock (SW corner) with brow, landing and lighting. The Marine Mammal Systems (MMS) compound would be located at the foot of pier 2 and immediately west of building 327. Construction at the MMS compound would consist of two (2) concrete pool slabs (23 ft X 25 ft) sloped to a catch basin, with required pumps, salt water piping, installation of two (2) GFE pools, load/unload area (20 ft X 46 ft) sewer connection and utility connections. A 432 square foot masonry building with fish preparation area, walk in freezer, sewer connection, security fencing, and lighting would also be constructed. Includes any incidental related work, complete and ready for use. Estimated cost is between $1,000,000 and $5,000,000. -- Contract is to be awarded to the responsible offeror who provides the "Best Value Proposal" using Source Selection procedures. The Proposal will be evaluated against the following evaluation factors: (1) Past Performance, (2) Technical Expertise, and (3) Price. See Solicitation for more details. -- A Site visit and preproposal conference is tentatively scheduled for 14 August 2000. The Site visit will be held at 9:00 A.M. and the Conference will be held at 10:00 A.M. or at the conclusion of the site visit. Time and place will be identified in the Request for Proposal. Participants must reserve seating (5) days in advance by contacting Cynthia Urias at (619) 556-9569 or Email Uriascy@efdsw.navfac.navy.mil.-- This is not a public bid opening. Procurement is unrestricted. The Standard Industrial Code is 1542 and the annual size standard id $17,000,000. Contract duration is approximately 180 calendar days. Solicitation will be limited to electronic medium and will be available on or about 03 August 2000 at http://esol.navfac.navy.mil. Hard copies will not be available. All amendments to the solicitation will be posted on the Internet. Prospective offerors will be responsible for checking the website for any posted changes. The official plan holders list will be maintained and can be printed from the website. In accordance with; DFARS 252.204-7004 all firms must be registered with the Central Contractors Registration (CCR) prior to any award of contract. To obtain information or register via the Internet at http://ccr.edi.disa.mil. Posted 07/17/00 (W-SN475532). (0199)

Loren Data Corp. http://www.ld.com (SYN# 0142 20000719\Y-0020.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com