Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2002 FBO #0231
SOLICITATION NOTICE

61 -- Overhaul of 5000/6250 kVA electrical outdoor type, skid mounted substation

Notice Date
7/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N47408-02-R-2338
 
Response Due
8/16/2002
 
Point of Contact
Penni Wilson, Contracting Officer, Phone 805-982-5075, Fax 805-982-4540, - Sherri Trask, Contract Specialist, Phone 805-982-6932, Fax 805-982-4540,
 
E-Mail Address
WilsonPM@cbchue.navfac.navy.mil, trasksm@cbchue.navfac.navy.mil
 
Description
Solicitation N47408-02-R-2338 is for the overhaul of a 5000/6350 kVA Substation for Mobile Utilities Support Equipment Division of the U.S. Naval Construction Battalion Center, Port Hueneme, Ca. Initially the substation shall undergo a component evaluation to define the level of overhaul required to bring the unit up to in-service operational condition. Based upon the findings of this evaluation, the contractor shall perform the appropriate overhaul. The contractor shall manufacture new switchgear cabinets identical in size, weight, and layout to the existing switchgear cabinet. The contractor shall either construct a new transformer tank or transformer tank roof. All transformer bushings shall be re-qualified, and the substation shall be painted. The transformer/core assembly shall undergo a dehydration process, tested, and certified for continued in-service use. The contractor is required to submit a summary of all data gathered from testing performed on the transformer/core assembly prior to dehydration and during dehydration. The substation shall be fitted with a new transformer tank or transformer tank roof, radiator assembly, auxiliary devices, data plates, tap-changers, and filled with new mineral oil. Except where indicated, the substation shall maintain its current configuration, capabilities, and lifting scheme. All doors and openings shall be fitted with new seals. All rust shall be removed from internal and external surfaces of the substation and the entire substation shall be re-painted. The substation and auxiliary components shall be tested in accordance with the latest versions of ANSI C37 and C57 Standard Test Methods. Contractor shall be responsible for transportation costs of substation to and from contractor's facilities as well as costs to offload and load of the substation at contractor's facilities. The contractor shall submit a milestone schedule no later than 45 days after receipt of the unit at contractor's facility. The substation shall be delivered to the designated Government facility no more than 180 days after receipt of the unit at contractor's facilities. This is a Commercial Item procurement issued as prescribed in the Federal Acquisition Regulation Part 12. The Government intends to award a firm fixed price contract to the responsible offeror whose proposal, conforming to the Request for Proposal, will be the most advantageous to the Government resulting in the Best Value, price and other factors considered. The proposal evaluation will be based on (1) Technical Acceptability, (2) Past Performance and (3) Price. The Government intends to evaluate proposals and award the contract without discussions with the offerors. Therefore, each offer should contain the best terms from a price, past performance and technical standpoint. Offerors must submit sufficient technical information to support the determination of technical acceptability. The Government reserves the rights to conduct discussions if later determined to be necessary by the Contracting Officer. THIS SOLICITATION IS UNRESTRICTED. The NAICS Code is 335311 and the small business size standard is 750 employees or less. In accordance with FAR 5.102 (a)(1) availability of the RFP will be limited to electronic medium. The RFP will only be available via download from the Naval Facilities Engineering Command E-solicitation web site at http://esol.navfac.navy.mil/ . It will be the contractor's responsibility to check for any posted changes. All contractors must be registered in the Central Contractor Registration (CCR) data base prior to award of any DoD contract. Contractors may register via the internet at http://www.ccr.gov . The issue date for the RFP is on or about 31 July 2002 with a bid closing date on or about 16 August 2002. Submit proposals via mail or e-mail to: Naval Facilities Institute, NAVFACCO Code NF22 Attn: Sherri Trask,/Penni Wilson, 3502 Goodspeed Street Suite 2, Port Hueneme, CA 93043-4337. Submit e-mail inquiries to wilsonpm@cbchue.navfac.navy.mil or trasksm@cbchue.navfac.navy.mil
 
Place of Performance
Address: Contractor facility
 
Record
SN00121522-W 20020721/020719213624 (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.