Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

Y -- FY08 MCON P-587, SUB DRIVE-IN MSF, BECKONING POINT, PEARL HARBOR, HAWAII

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering 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-1324
 
Response Due
10/25/2008
 
Description
This solicitation is unrestricted and formatted as a Request for Proposal (RFP) for a negotiated procurement utilizing the Two-Phase Design/Build selection procedures. Phase I proposals will be evaluated and the most qualified firms (not to exceed three) will be selected to proceed to Phase II of the process. The technical factors are anticipated to be as follows: Phase I: (A) Past Performance, (B) Experience, (C1) Technical Approach ? Management Plan, and (D1) Past Performance in Utilization of Small Business Concerns. Phase II: (C2) Technical Approach ? Project Schedule, (D2) Participation of Small Business Concerns in this project, and (e) Technical Solution. Contract award will be made to the offeror proposing the best value to the Government from a technical and price standpoint. Award resulting from the solicitation is subject to receipt of the Congressional/Presidential approval of the FY2008 National Defense Authorization Act and FY2008 Military Construction, Quality of Life and Veterans Affairs Appropriations Act. This project constructs a magnetic silencing facility including a non-magnetic concrete drive-in deperming pier for submarine and a rectifier building. This project will replace the existing magnetic silencing facility and includes both design-bid-build (Part A) and design-build (Part B) work. Part A design-bid-build includes a 213-meter (700-foot) non-magnetic concrete pier and a 76.9-meter (252-foot) access trestle. Other pier components include a solenoid loop and control cable support system; submarine access booms; fendering and mooring system; an equipment building; ship/sub waste water collection system; fire protection system; potable water; and electrical utilities (power, lighting and communication). Other work includes demolition of the existing two-story wooden pier and walkway bridge and the existing marine rail with winch, shed and compressor; and dredging of the pier slip area and the turning basin. Part B design-build includes upland facilities ? Government has done a concept design of the upland facilities. Work includes a Rectifier Building including all mechanical, electrical, and fire protection systems; renovation of an existing Control Building (Building #54) including new mechanical, electrical, and fire protection systems; a Generator Building to house the emergency generator; two guardhouses; and fencing. Work also includes site development including roadway, pavement, parking, walkways, grading; ship/sub waste water collection systems which include piping and holding tanks; electrical systems including underground primary and secondary electrical distribution systems, telecommunication distribution system, underground ductline and manhole infrastructure for government furnished-government installed (GF-GI) DC power and control/data cables; potable water piping to supply the pier; fire hydrants; and other miscellaneous work. Estimated range is from $25,000,000 to $100,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237990 AND AVERAGE ANNUAL RECEIPTS IS $31.0 MILLION AVERAGE ANNUAL RECEIPTS OVER THE LAST THREE FISCAL YEARS. The Government intends to issue the Phase I Request for Proposal (RFP) electronically on or about September 25, 2007. The RFP and Amendments will be posted on the website http://www.esol.navfac.navy.mil to the maximum extent possible for downloading. This will normally be the only method of distributing the RFP and Amendments. Therefore, it is the Offeror?s responsibility to check the website periodically for any amendments to this solicitation. It is highly recommended that all interested offerors create an account at the website http://www.esol.navfac.navy.mil
 
Place of Performance
Address: Beckoning Point, Pearl Harbor, Hawaii
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01401482-W 20070912/070910221846 (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.