Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

Y -- REPLACE SWITCHING STATION #1 AT CENTRAL ENERGY PLANT, MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND, SC

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Beaufort, P. O. Box 9310, Beaufort, SC, 29904-9310
 
ZIP Code
29904-9310
 
Solicitation Number
N62467-06-R-9158
 
Response Due
8/14/2006
 
Point of Contact
Jodeen Cuffe, Contract Specialist, Phone 843-228-8563, Fax 843-228-8590,
 
E-Mail Address
jodeen.cuffe@navy.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
THIS SOLICITATION IS BEING ADVERTISED AS A "100% HUBZONE SET-ASIDE". The SIC Code for this Solicitation is 237130: The Size Standard is $31,000,000.00 This project will replace the existing 1959 vintage 15 kV three phase switching station #1 with modern 15 kV switchgear in a protective enclosure. The new switching station switchgear lineup will consist of three circuit breakers for circuits B, C, and D with one spare circuit breaker and one spare space for future growth. The enclosure will protect the equipment from exposure to the salt water/air and protect maintenance personnel when performing circuit breaker maintenance and troubleshooting procedures. The new 15 kV circuit breakers will have microprocessor controlled protective relaying functions to properly coordinate the power distribution system at this location. There will be a SCADA-type control system provided to control the functions of the circuit breakers and protective relaying for this switching station. The control station will be located at the control room of Building 160. There will be pole line work associated with installation of the new switching station to re-connect the existing circuits fed from the switchgear and to allow circuits to be bypassed during switchgear maintenance procedures. The new switching station enclosure will be raised to above current flood elevations in that area (13.25 feet above sea level) by construction of a masonry platform with stairway access. The new elevation of the switchgear will be 14.25 feet above sea level. The existing truck access for the fuel tanks in this area will be re-graded and repaired to allow access around the new switching station. Grass sod will be placed in the disturbed area around the new switching station to prevent erosion in this area. The Government will award a fixed-price contract resulting from this solicitation to the responsible offeror whose total evaluated price and technical proposal provide the best value to the Government, using LOW PRICE TECHNICALLY ACCEPTABLE methodology. Price and technical factors are considered of equal importance. The Technical Factors to be addressed are: (1) Past Performance, (2) Experience, (3) Technical Qualifications, (4) Construction Schedule. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous 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 will 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. The Government intends to issue the entire solicitation on or about 14 July 2006. The entire solicitation, including plans and specifications, will be available for viewing and downloading at www.esol.navfac.navy.mil. ALL PROSPECTIVE BIDDERS MUST REGISTER IN THE CCR DATA BASE AT www.ccr.gov. LACK OF REGISTRATION IN THE CCR DATA BASE WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. The official plan holder's list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. 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 THIS SOLICITATION. Technical Inquiries must be submitted in writing 15 days before Proposals are due to: SOUTHNAVFACENGCOM, ROICC OFFICE, P.O. BOX 9310, BEAUFORT, S.C. 29904-9310, FOR EXPRESS MAIL SERVICE (i.e., UPS, FEDEX, ETC) use the following address, SOUTHNAVFACENGCOM, ROICC OFFICE, BEAUFORT, S.C. BUILDING 658 MOORE STREET, BEAUFORT, S.C. 29905-9310, or faxed to (843) 228-8590, Attn: JoDeen Cuffe. TELEPHONE INQUIRIES WILL NOT BE ENTERTAINED. The estimated construction is between $500,000 and $1,000,000. The estimated period of performance will be 255 calendar days from date of award. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467B/N62467-06-R-9158/listing.html)
 
Place of Performance
Address: MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND, SC
Zip Code: 29905
Country: USA
 
Record
SN01147688-F 20060920/060918223535 (fbodaily.com)
 
Source
FedBizOpps 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.