Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

Y -- Airfield Lighting Improvements (Design/Build), Charleston Air Force Base, Charleston, SC

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-03-R-0234
 
Response Due
9/12/2003
 
Point of Contact
Stephen Cannon, Contract Specialist, Phone 843-820-7037, Fax 843-818-6910, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-818-6900,
 
E-Mail Address
cannonsl@efdsouth.navfac.navy.mil, shumerso@efdsouth.navfac.navy.mil
 
Description
THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The NAICS Code for this solicitation is 238210, ELECTRICAL CONTRACTORS. The Size Standard is $12,000,000. GENERAL REQUIREMENTS: This project is to provide Single Phase Design Build Airfield Lighting Improvements for Charleston Air Force Base, SC. The work involves an addition to the existing airfield lighting vault; providing primary and secondary electric utilities, underground duct banks, pad mounted transformers, an emergency diesel generator, fuel, air, and exhaust systems, airfield lighting cables; conduit, handholds; repair, upgrade, construction, and installation of new airfield lighting systems; and incidental site work. The airfield will remain in operation during the work and outages shall be held to a minimum. The work includes providing extensive repairs to the existing airfield lighting systems controls, replacement of the existing airfield lighting vault in a new location, and rerouting of airfield lighting circuits to the new location. The work will include vault upgrades, special voltage equipment and distribution, construction of underground distribution systems and miscellaneous incidental work. The new lighting vault will be required to meet seismic requirements, DOD standards, Base Architectural Standards, all necessary utilities, fire detection/alarm, HVAC, emergency generator and support equipment, site improvements, and pavements. The airfield lighting circuits rework includes extension of FAA control tower circuits, rerouting of airfield lighting circuits, and power circuits to the new location of the lighting vault. Project also includes the complete demolition of the existing lighting vault-2,324sf with LBP, asbestos abatement, and lighting control equipment disposal, and restoration of disturbed areas. The airfield will remain in operation during construction, which will require extensive coordination with airfield operations personnel. The Contractor will be required to complete work quickly, often during nights and weekends, shifting construction work location from one area to another to accommodate airfield operations. The Contractor will be required to leave major systems in operation at the end of every workday. The estimated value is between $4,140,000 and $4,600,000. The estimated days for contract completion are 425 calendar days from date of contract award. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. Utilizing a single-phase approach, the Government requires contractors to submit a price and technical proposal. Each proposal shall contain the offerors best technical proposal and best price. Award will be made to the offeror whose technical and price proposal offers the best overall value to the Government, without discussion of such offers. The technical proposal is equal to the price proposal and will be evaluated as set forth below. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Proposers will be evaluated on Technical Factors as follows: Factor A--Past Performance with Element 1-Design Team; Element 2?Construction Team; Factor B--Small Business Subcontracting Plan; Factor C--Technical Qualifications with Element 1?Design Team; Element 2?Construction Team; Factor D--Management Approach. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO AWARD THIS CONTRACT WITHOUT DISCUSSIONS. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. Offerors should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offerors to revise their proposals. Firms submitting technical and price proposal will not be compensated for specifications. Large businesses competing for this project must comply with the FAR 52.219-9 Clause regarding the requirement for Subcontracting Plan on the part of the work that it intends to subcontract. The recommended goals for subcontracting are 65% for Small Business. Of the total subcontracted effort, the NAVFAC FY2003 goals are a minimum of 14.8% for Small Disadvantaged Businesses, 14.4% for Women-Owned Small Business, 3% for Veteran-Owned Small Business, 3% for Service Disabled Veteran-Owned Small Business, and 3% to HUBZone firms. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. If award is not made on initial proposals, then a competitive range determination will be made for this solicitation which will be based on technical and price and include the most highly rated proposals unless the range is further reduced for purposes of efficiency. For evaluation purposes only in determining the competitive range, the Government will calculate the total price proposal. After a competitive range determination is made and proposal revisions are received, a best value award decision will be made. If discussions are conducted, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror will be given an opportunity to submit a proposal revision. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; or to award to other than the offeror submitting the highest technically rated or the lowest total price proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. RFP ISSUE DATE: The Government intends to issue the Request For Proposals, RFP, electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about August 13, 2003. A pre-proposal conference and site visit will be held within two weeks of issuance of the RFP at Charleston AFB. The exact date, time, and location will be stipulated in the RFP. Proposals will be due around September 12, 2003. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration, CCR, database with a DUNS number. For instructions on registering with the CCR, please visit their web page at http://www.ccr.gov. For inquiries about Administrative issues, i.e., Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to 843-818-6910, Attn: Stephen L. Cannon, Contract Specialist, Code ACQ11SC; or email to CannonSL@efdsouth.navfac.navy.mil. Results of proposals will not be available.
 
Place of Performance
Address: Charleston Air Force Base, Charleston, SC
 
Record
SN00386185-W 20030731/030729214012 (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.