Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2002 FBO #0098
SOLICITATION NOTICE

J -- Design and Construct a Compressed Natural Gas Fueling Station

Notice Date
3/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-02-R-0019
 
Response Due
3/22/2002
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567,
 
E-Mail Address
honoldja@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The purpose of this notice is to gain knowledge of potential qualified sources and their size classifications (HUBZone 8(a), 8(a), and HUBZone Small Business) relative to NAICS Code 234910, size standard $27.5 million average annual receipts for preceding three fiscal years. PRE-SOLICITATION/SOURCES SOUGHT NOTICE ? Design and Construct a Compressed Natural Gas (CNG) Fueling Station, Naval Training Center, Great Lakes, Illinois. The purpose of this notice is to gain knowledge of potential qualified sources and their size classifications (HUBZone 8(a), 8(a), and HUBZone Small Business) relative to NAICS Code 234910, size standard $27.5 million average annual receipts for preceding three fiscal years. The estimated cost range for this project is between $250,000.00 - $500,000.00. This project will include furnishing all labor, transportation, supervision, material and equipment and performing all operations in connection with the design and construction of a compressed natural gas (CNG) fueling station. This includes a compressor station, storage station, and dispensing station with all interconnecting utilities and piping to create a complete and useable system. Project shall also include system controls, interface with existing fuel dispensing and monitoring system, completed engineering and design drawings (hard copies/?as-builts? and disk copies), operation and maintenance (O&M) manuals and on-site training. Contractor shall provide a CNG packaged unit compression station capable of meeting the current and projected CNG requirements for the PWC Great Lakes CNG fleet. Current fleet size is less than 200 vehicles with future fleet size expected to peak at 200 vehicles. Compression station shall be packaged type unit containing all equipment (compressors, motors, dryers, controls, leak detection, alarming, etc.) necessary for a complete and useable system. Interested parties should response to this pre-solicitation notice by faxing a letter documenting their interest and qualifications, addressing technical and management capabilities and past experience with performing projects which are similar in size, scope and complexity to this project. In addition, interested parties must submit a list of similar contracts performed (limit the list to 5 projects performed in the past 3 years). The list must include contract numbers, client?s name, client?s point of contact with phone number and email address, description of the work, dollar size, specific description of the respondent?s actual work involvement (state whether you were the prime or subcontractor), description of work you specifically performed and how much money was your portion of the project. Contractors shall identify any ?teaming arrangements? proposed to complete the work. Interested joint ventures shall identify for each member of your joint venture whether the member is a Large Business, HUBZone, Small Business, Small Disadvantaged Business, Women Owned Small Business, Veteran Owned Small Business firms, and if applicable, HBCU/MI; and the value in terms of dollars of the work to be performed by each member of your joint venture. The government will evaluate your joint venture based upon the information you provide. Your qualification package must be received no later than 4:00 p.m., on March 22, 2002. Responses should be faxed or e-mailed to the attention of Mrs. Judith A. Honold, fax (847) 688-6567 or e-mail: honoldja@efdsouth.navfac.navy.mil. No telephonic responses will be accepted. If an 8(a) business were to receive an award as prime contractor as a result of an 8(a) program set-aside, the firm will be required to comply with FAR 52.219-14(b)(3) to perform as least 25 percent of the cost of the contract not including the cost of materials, with its own employees. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with this requirement. The solicitation will be formatted as a Request for Proposals (RFP) in accordance with the requirements designated by the Federal Acquisition Regulations (FAR) part 15 for negotiated procurements utilizing source selection procedures of FAR 15.3, Source Selection. The solicitation package will be available on or about May 1, 2002, and will be available for viewing and downloading at Internet web address: http://www.esol.navfac.navy.mil. Only firms providing complete information required by this synopsis will be evaluated. This notice is to assist the Engineering Field Activity, Midwest in determining potential sources only. No solicitation is currently available. If and when a solicitation is issued, the solicitation plans and drawings will be available for downloading on the http://www.esol.navfac.navy.mil web site. All prospective offerors and plan rooms must register themselves on the web site. The official plan holders list will be created by registration on the web site. Amendments will also be posted on the web site for downloading. This will normally be the method of distributing amendments; therefore, it is the offeror?s responsibility to check the web site periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until time of contract award. Note: Effective 5/13/1998, all contractors submitting bids, proposals or quotes on DoD solicitations must be registered in the central contractor registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the government. This information will facilitate the government?s transition to electronic commerce and electronic fund transfers for payment. To make registration simple, the DoD has implemented the capability to register in the CCR through the World Wide Web. The CCR website can be accessed through any DoD certified value added network or http://www.ccr2000.com. Reference is made to the RFP DFARs clause 252.204-7004, Required Central Contractor Registration (Mar 2000) in section 00100, Instructions, Conditions, and Notices to Offerors. You are encouraged to register in the CCR. This requirement will apply to all solicitations and awards, regardless of the media used.
 
Place of Performance
Address: Naval Training Center Great Lakes, Great Lakes, Illinois
Zip Code: 60088-5600
Country: USA
 
Record
SN00038343-W 20020310/020308213416 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.