Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

38 -- EA-18G Facility Improvements

Notice Date
8/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-07-R-0006
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
8a Competitive
 
Description
Anticipated RFP Issue Date: 20-Aug-2007 Anticipated RFP Due Date, Phase 1: 20-Sep-2007 Estimated Award Date: 15-Jan-2008 Est. Price Range: Maximum Funding Limitation $20,660,000. Preference Program: 8(a) Small Business Set-Aside Contracting POC: Scott Blair (360) 396-0236 Synopsis or Description: THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE CONTRACT UNDER A TWO PHASE DESIGN BUILD SOLICITATION/REQUEST FOR PROPOSAL N44255-07-R-0006, EA-18G FACILITY IMPROVEMENTS, AT NAVAL AIR STATION WHIDBEY ISLAND NAS, WASHINGTON. THIS SOLICIATION IS AN 8(a) SMALL BUSINESS SET-ASIDE. The NAICS Code for the proposed acquisition is 236220, and the business size standard is 500 employees. The Federal Supply Code is Z299. The size standard is $31,000,000.00. This is a design build project with a maximum funding limitation of $20,660,000. The estimate performance period for design and construction is 689 days from contract award. This is a design/build project to upgrade seven (7) existing facilities and provide limited new construction necessary to support the EA~18G aircraft, expected to begin arriving at NAS Whidbey Island (the single U.S. Navy site ) in 2008. 1. Flightline Electrical Distribution System (FLEDS): Demolish 24 existing Fixed Point Utility (FPUS) and cap and abandoning the utilities. Remove pavement parking striping for existing EA-6B aircraft. New work is to: provide 400Hz power and low pressure (LP) compressed air to 48 of the 54 parking spaces including replacing concrete apron panels to install power and LP air lines; providing aircraft tie downs; provide aircraft grounding points; and stripe pavement for 60 new aircraft parking spaces and traffic centerlines. The FLEDS parking areas will be done in three phases 1) Hangar 5 Aircraft Parking Apron (20 parking spaces with FLEDS/4 spaces without FLEDS), 2) Hangar 12 Aircraft Parking Apron (12 parking spots with FLEDS), and 3) Hangar 8 Aircraft Parking Apron (16 parking spaces with FLEDS/8 spaces without FLEDS). Each FLEDS station serves 2 aircraft. 2. Compass Calibration Pads: Provide North-South paint striping on airfield pavement for two compass calibration pads. 3. Hangar 8, Bldg 2642: Provide 400Hz, 480V, & LP air receptacles on the West wall of the Hangar Bay and cap existing utilities in the 4 floor pits. Renovate the first floor Organizational Maintenance Shops and second floor Organizational Administration Spaces. Renovation includes architectural, mechanical, electrical and communications upgrades; and constructing a 4000 square foot secure space on the second floor. A new natural gas HVAC system will be provided to service both the Maintenance Shops and Administration Spaces. 4. Hangar 12, Bldg 2737: Provide LP compressed air to the Hangar Bay. 5. Flight Simulator Building - Bldg 2593: Renovate existing spaces for installation of Tactical Operational Flight Trainer (TOFT) 201 including support spaces. The TOFT will be installed by others. 6. Fleet Readiness Center, Northwest (FRC) Composite Lay-up Shop, Bldg 2818: Construct a 25-foot by 70-foot composite lay-up room within Bldg 2818 including mechanical, electrical and communications; 2 rollup doors; and a work center crane for moving the larger parts in and thru the building. 7. FRC Tire & Wheel Shop, Bldg 2547: Provide power for a freezer unit. 8. Aviation Life Support Systems Shop ALSS, Bldg 985: Provide electrical converter units for 400 Hz, 1 Phase; 28 VDC power; and a compressed air system with a 3-stage air filtration for the OBOGS Test Set. 9. Supply Warehouse, Bldg 369: Construct a 280SF room with 10x10 rollup door. Award Information: The Government will award one Firm-Fixed Price contract resulting from this solicitation to the responsible, acceptable Offeror whose proposal conforms to the solicitation considered to be the best value to the Government, price and technical factors considered. During Phase One, offerors will be evaluated on: Factor I: Relevant Experience and Factor II: Past Performance. Following the review, evaluation and rating of these proposals, the Government intends to select up to 5 of the highest rated contractors to participate in the Phase Two process of this solicitation. Phase Two, offerors will be evaluated on: Factor III: Basis of Design, Factor IV: Scheduling and Coordination; Factor V: Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced offerors or other than the highest technically rated offerors; and to award to the offerors submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Offerors should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation for phase one 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. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; therefore, it is the OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr2000.com. All inquiries should be submitted to Mr. Scott Blair (360) 396-0236 or via email to scott.c.blair@navy.mil. Conference Notification Date of Conference: 29 August 2007, see RFP for detailed instructions upon issuance.
 
Place of Performance
Address: Naval Air Station, Whidbey Island, WA USA
Zip Code: 98277
Country: UNITED STATES
 
Record
SN01361960-W 20070805/070803222602 (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.