Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
MODIFICATION

Y -- Repair & Upgrades of the Carrier Pier to Provide Adequate Electrical Service & a Mooring for Both CV, CVN & Various Surface Ships at NAS Pensacola, FL

Notice Date
2/16/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
N62467-05-R-0100
 
Response Due
3/7/2005
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 238210: Electrical Contractors. The Size Standard is $12,000,000. The work consists of: The design and construction for the repair and upgrade the Carrier Pier to provide adequate electrical service and a mooring for both CV, CVN and various Surface ships. A new underground electrical service for both 480 volt and 4160 volt from substation "m" will provide power to the waterfront. This project will repair existing 480 volt igloos which were damaged by Hurricane Ivan and the access to the mooring dolphin which was also damaged. The project will provide for the construction and design of a new electrical service central to the pier for Navy Service ships (CG-47 or DGG 51). Also a new 4160 electrical service for Nimitz Class Nuclear Aircraft Carrier will be provided. A new substation and switch gear inside an electrical bldg for the 4160 service will be provided. The existing steam and salt water pipe lines will be removed from the utility trench and the boilers removed. The existing steam plant will be demolished. The saltwater fire pumps will be removed from the pump house and a new compressed air system will installed in the pump house bldg. The fence will be repaired to provide AT/FP protection for the waterfront. The repair of pier 302 is also included in this project. This work includes the design and construction of a new sheet pile bulkhead at Pier 302.The replacement of electrical service for the Bulkhead 303 and various other hurricane Ivan repairs on the waterfront is included. The Government will award one Firm-Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation considered to be the ?BEST VALUE? to the Government utilizing the trade off method, price and technical factors considered. This procurement will consist of two (2) Phases. Phase I: Proposers will be evaluated on FACTOR A - Past Performance: (1) Design and (2) Construction; FACTOR B ? Technical Qualifications (1) Design and Construction Teams; FACTOR C - Small Business Subcontracting Effort. The highest rated proposers, up to five (5), will advance to Phase II. The Government will then request Phase II proposals. The proposers qualified to go to Phase II will be evaluated on: FACTOR A - Past Performance (same as Phase I unless conditions change); FACTOR B- Small Business Subcontracting Effort; FACTOR C - Technical Solution The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS. FOR SPECIFICATIONS: The Government intends to issue PHASE I only on the WEB. Phase I will be issued within the next couple of weeks. PHASE II WILL BE ISSUED AT A LATER DATE FOR THOSE CONTRACTORS CHOSEN TO GO TO PHASE II. The entire solicitation, including any plans and the specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. upon issuance. Prospective Offerors MUST and should immediately register themselves on the web site. The official plan holder?s list will be maintained and can be printed from the web. Amendments will be posted on the web site. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror?s must also be registered inn the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. For inquiries about the due dates for proposals or the number of amendments issued, contact Ms. Crystal Potts at 843-820-5937. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to don.herschberger@navy.mil. The estimated value of this project is between $8 and $12 million. The estimated days for completion are as follows: For the Pier and associated buildings and repairs will be 730 calendar days from date of contract award.
 
Place of Performance
Address: Naval Air Station, Pensacola, FL
 
Record
SN00753124-W 20050218/050217080531 (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.