Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOLICITATION NOTICE

Y -- OUTLYING LANDING FIELD (OLD) FACILITIES,WASHINGTON COUNTY, NORTH CAROLINA

Notice Date
10/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, Construction Branch, 1510 Gilbert Street Building N-26, Code AQ22, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-02-R-2117
 
Response Due
12/16/2003
 
Archive Date
12/31/2003
 
Point of Contact
Sharon Taylor, Contract Specialist, Phone 757-322-8258, Fax 757-322-8264, - Kimberly Ribaudo, Contract Specialist, Phone 757-322-8235, Fax 757 322-8264,
 
E-Mail Address
Taylorsa@efdlant.navfac.navy.mil, RibaudoKF@efdlant.navfac.navy.mil
 
Description
This is a Design Build Best Value Source Selection solicitation to provide the design and construction of a new outlying landing field (OLF) and supporting facilities. The OLF shall have an 8,000-foot, Class B runway with appropriate clear zones and overruns. A 75-foot wide taxiway and a 412,500 square foot parking apron and emergency refueling area will serve the runway. The site is located in Washington County, North Carolina, and is mainly comprised of existing farmland, traversed by four (4) major drainage canals that are governed by the Albemarle Drainage District Commission. These canals shall be piped or bridged and must remain active at all times. Site work includes necessary earthwork, erosion and sedimentation control, clearing and grubbing, and drainage improvements. The site development will require new roadways and existing access road improvements including bridging or piping ditches and canals, paving to the nearest state maintained road, parking, and airfield security. Deer fencing shall be provided around the OLF and property fencing provided around a 20,000 acre boundary. The exterior electrical distribution will consist of new overhead utility and telephone service to the site, lighting appropriate to Navy airfields to include runway, taxiway, approach, and runway overruns along with simulated carrier deck lighting at each end of the runway, security lighting, provision for airfield communications and a dedicated fire alarm communication signal. The contract shall also include the installation of Government-furnished, Contractor installed (GFCI) aircraft arresting gear. Other vertical support facilities included in this contract are a single-story Airport Rescue and Firefighting (ARFF) facility, a five-story Air Traffic Control Tower, a Field Maintenance Building, a Fuel Pump house and Fuel Quality Control Building, a TACAN shed with emergency generator, flightline personnel sheds, a guard shack, environmental protection devices, above ground fueling platforms, and antenna towers. Related facilities and site work including bulk fuel offloading, transfer, and storage (120,000 gallons) with containment and distribution system for hot-pit aviation and ground equipment refueling, digital fuel system controls, filtration and quality monitoring of JP-5 as well as small storage (1,000 gallons) and dispensing of JP-5, gasoline and diesel. This project includes standard building plumbing systems, a non-discharge sanitary sewer treatment system, domestic water wells, pumping and treatment system, and a small compressed air system for maintenance. Fire protection systems shall include wet pipe sprinklers, FM200 systems, kitchen hood fire suppression, a central fire water storage and pumping system, and a fire training facility. The interior electrical distribution system will consist of emergency power backup, lighting and receptacles, fire alarm system, telephone and data, cable tray system, closed circuit television, and a ground grid system. The HVAC portion of this project includes ground source heat pumps, geothermal central plants, VAV sir distribution, DDC controls, infrared propone heaters, radiant hot water flooring, kitchen hoods, and terminal packaged DX systems. Noting that this project is located in a N.C. Coastal Area Management Act (CAMA) County, the contractor shall be required to obtain all required Federal, State and local construction and environmental permits to include NPDES Storm water, Albemarle Drainage District 5 canal alteration, Storm water Management, Water Quality Certification, Erosion and Sedimentation Control, Sewer Non-Discharge, Sewage Subsurface disposal, Water System Approval, Well Construction, and Coastal Zone Consistency Determination, Air Permit Modification, Cultural Resources Clearance, Section 404 wetlands determination and FAA Notice of Proposed Construction. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the plans and specifications. The approximate Solicitation Release Date is 12 November 2003. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. Technical inquiries shall be faxed to 757-322-8264, Attention: Sharon A. Taylor, Code AQ223 or email at TaylorSA@efdlant.navfac.navy.mil. The Estimated Cost Range is more than $10,000,000. The North American Industry Classification System (NAICS) Code for this project is 237310 with a Size Standard of $28,500,000. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract.
 
Place of Performance
Address: Washington County, North Carolina
Country: United States of America
 
Record
SN00460348-W 20031029/031027213229 (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.