Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2007 FBO #1879
SOLICITATION NOTICE

Y -- FY06 MILCON P-007, HELICOPTER FLIGHT TRAINING FACILITY, MARINE CORPS BASE HAWAII, KANEOHE BAY, HAWAII

Notice Date
1/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62742-07-R-1319
 
Response Due
3/7/2007
 
Point of Contact
Wanda Okemura, Contract Specialist/Officer, Phone (808) 474-6321, Fax (808) 474-7316,
 
E-Mail Address
wanda.okemura@navy.mil
 
Description
The project will construct of a permanent, single-story reinforced concrete / concrete masonry building on concrete footings / floor slab and preformed metal roofing with insulation on structural steel roof framing system. The building will provide spaces for Operational Flight Trainer (OFT), Weapons Tactical Trainer (WTT), Instructor Room, Briefing Room, Contractor Operation and Maintenance of Simulators (COMS) Workshop, Administration, Parts Storage, Classified Storage, Unisex Toilet, Janitor Room, Mechanical Room, Electrical Room, Telecommunication Room, Clean Agent Tank Storage, and Enclosed Mechanical Yard. The Facility will include fire sprinkler system, clean agent (HFC-227ea) fire suppression system for complete fire protection coverage under the raised floor (User will provide and install raised flooring system), fire alarm system, plumbing and air conditioning systems, security system and Navy Marine Corps Internet (NMCI) system. Special construction features include high bay space, restricted access, fixed rail and power associated with the installation of the overhead crane and seismic construction. Supporting facilities shall include of new sewer, water, and fire protection lines. Electrical site work shall include new transformer, communication lines, and primary electrical power. Miscellaneous site improvements shall include access driveway connection, replacement of POV parking, AC pavement, grading and fill, controlled double swing gate, site lighting, building signage, grassing, and miscellaneous applicable AT/FP site features. Estimated range from $1,000,000 to $5,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $31.0 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. When combined, the technical evaluation factors will be considered approximately equal to price. The technical evaluation factors are anticipated to be as follows: (1) Past Performance; (2) Experience; (3) Management Plan/Project Schedule and (4) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or about 30 January 2007. The request for CD-ROM may be sent via electronic mail to: wanda.okemura@navy.mil or mailed to: NAVFAC Pacific, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. The request shall include company name, mailing address, telephone number, facsimile number, RFP No., and project title. The request shall also indicate if you want the CD-ROM to be mailed, picked up at the contracting office or sent via express service (FEDEX or DHL only). Companies wanting the RFP to be sent via air express service must furnish their account number with the recipient's name, telephone no., company name, physical address (no P.O. Box), company's account no., and type of delivery filled in. Also indicate if you are a prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least 10 days for mailing from the date your request is received. 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. Planholder?s list of the companies that were issued the CO-ROM will be available after the solicitation is issued and may be obtained at www.esol.navfac.navy.mil. 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 WEB SITE http://www.esol.navfac.navy.mil FOR DOWNLOADING. THIS WILL NORMALLY 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. In order to receive amendments and notices, it is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil.
 
Place of Performance
Address: Marine Corps Base Hawaii
Zip Code: 96863-3068
Country: UNITED STATES
 
Record
SN01212254-W 20070118/070116220954 (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.