Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

Y -- Repair and Upgrade Electrical Systems at Missile Assembly Building (MAB) and Launch Pad, PMRF, Barking Sands, Kauai

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition, A-E/Construction/FSC PCO Branch, 400 Marshall Road, Pearl Harbor, HI, 96860-3139
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-05-C-1456
 
Response Due
6/13/2005
 
Description
A site visit will be scheduled approximately two weeks after issuance of the Invitation for Bids (IFB). A pre-proposal conference will NOT be held. Information on the site visit will be available on the IFB CD-ROM and the Navy's E-SOLICITATION website. The work includes the repair and upgrade of the existing electrical and communications systems at the Missile Assembly Building (MAB) (Bldg 573), the launch pad Cable Hut (Bldg 566), the electrical and communications lines between the two buildings, and the electrical ductline from the cable hut to the ten launch pads. The work includes but not limited to replacing the twenty year old 100 KW generator with a larger 250 KW generator; replace electrical panels and wiring at the MAB and Cable Hut; install lightning protection for the MAB area including the ready storage locker, Bldg 562; replace cables strewn on the ground with cable/duct/handhole systems between the MAB and launch pad Cable Hut; replace existing electrical power duct system with concrete encased ducts; install a communication/signal duct throughout the launch pad area; replace the 3-25 KVA pole mounted transformer near Bldg 574 with a 300 KVA pan mounted transformer; replace the 75 KVA Kauai Electric owned transformer with a 150 KVA transformer and relocated to a site off the launch pad; install a intrusion detection system at the MAB; harden and repair launch pad prior to replacement for the steel plates; repair drive-way for the MAB; and extend the chain link fence for the MAB area, including the fuel tank for the new generator building. Estimated range from $1,000,000 to $5,000,000. The contract performance period is 240 calendar days. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237130 AND AVERAGE ANNUAL RECEIPTS IS $28.5 MILLION. This procurement is UNRESTRICTED. This procurement is subject to the availability of project funding. Effective January 1, 2005, the Federal Acquisition Regulations (FAR) requires the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Bidders are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR Clauses 52-204-7 Central Contractor Registration (Oct 2003) and 52.204-8 Annual Representations and Certifications (Jan 2005). Bidders must complete the ORCA by the synopsis due date. The Invitation for Bid (IFB), CD-ROM only, will be available on or after May 19, 2005 for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to: Document Automation and Production Service, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to SUPERINTENDENT OF DOCUMENTS. If using a company VISA, Mastercard, or Discover card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, IFB No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the IFB No. Allow at least ten days for mailing from the date your request is received. Companies wanting the IFB to be sent via air express service must furnish their express service airbill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholders list will be available after the solicitation is issued and may obtained at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListNavy.htm. Please note that the DAPS planholders list may not be all inclusive. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE NAVY'S E-SOLICITATION WEB SITE http://www.esol.navfac.navy.mil FOR DOWNLOADING. THIS WILL NORMALLY BE THE ONLY METHOD OF DISTRIBUTING AMENDMENTS. THEREFORE, IT IS THE RESPONSIBILITY OF THE OFFEROR TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. It is highly recommended that all interested bidders create an account at the website http://www.esol.navfac.navy.mil.
 
Place of Performance
Address: Pacific Missile Range Facility (PMRF), Barking Sands, Kauai
Zip Code: 96752
Country: United States
 
Record
SN00801821-W 20050507/050505212220 (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.