Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2008 FBO #2238
SOLICITATION NOTICE

Y -- MILCON P670 Turbo Prop Engine Test Cell Marine Corps Air Station (MCAS) New River, Jacksonville North Carolina

Notice Date
1/10/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV. NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R1410
 
Point of Contact
James C. Kanash Jr. 757-322-4158 James C. Kanash Jr. (Primary) 1-757-322-4158 Elloise Hitshew (Alternate) 1-757-322-4088 Sharon Taylor (Alternate) 1-757-322-8258
 
Description
This is a Design Build Two Phase Best Value Source Selection solicitation to provide the following: FY08 P670 Turbo Prop Engine Test Cell Marine Corps Air Station (MCAS) New River, Jacksonville North Carolina Construct an indoor turbo shaft engine test cell facility for the testing of out-of-frame turbo shaft engine types to meet fleet requirements. The facility includes four turbo shaft engine test cell enclosures for testing four turbo shaft engine types: T58, T64, T400 and T700. Ancillary building space houses the control rooms, tool rooms, offices, toilets, engine prep room and equipment rooms. Exterior to the building will be covered area for storage and additional space for engine preparation. Acoustically attenuated enclosures with exhaust systems are required to abate noise and allow year round testing. The test cells require structural isolation from the ancillary building to minimize noise and vibration. Construction features consist of pile foundation, slab on grade, reinforced concrete roof, reinforced masonry walls, standing steam metal roofing, sound suppressive design features, and air intake and exhaust stacks. Built-in equipment includes engine test suppor t items, including engine air, electric, and hydraulic start capabilities, fuel supply system, facility instrumentation, four 1-ton monorail cranes, 400 HZ power, lubrication skid containment, control/communication system, and engine exhaust system to abate noise. Fire protection includes a wet pipe automatic fire sprinkler system in administrative areas and special engine water spray extinguishing system supplemented by operator controlled spurt system at the engine test cell enclosures. Information systems include voice, data, and LAN communications. Special construction features include sound reduction doors, soundproofing of walls, bullet resistant view windows, dynamometer exhaust, augmenter tube and exhaust, grounding grid for lightning, lightning protection for building, pile foundation, and test, evaluation, and operational certification of the test cells. Supporting facilities include LAN, water, sanitary, sewer, sewer lift station, industrial waste water colle ction system, oil water separator, fuel tank storage, eyewash stations , bermed areas, and GOV parking. Electrical utilities include primary and secondary electrical service, a 500 KVA transformer, exterior lighting, and telephone service. Mechanical utilities include air conditioning for all spaces except the test cells and mechanical room. Site work will include the demolition of existing structures, relocation of existing utilities, abandonment of utilities, site clearing, earthwork, concrete paved vehicle and storage apron, sanitary sewer collection system, sanitary sewer pumping station and water distribution. Demolition will consist of the relocation and abandonment of existing utilities, selective demolition of existing utilities, demolition of the existing turbo shaft engine test cell pad, demolition of existing buildings AS-520 and AS-522. The buildings require abatement of hazardous materials prior to demolition. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies, and t ransportation to perform all of the services described in the plans and specifications. The approximate Solicitation Release Date is 18 January 2008. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the Internet at https://www.neco.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NECO-Solicitations website. Only registered contractors will be notified by email when amendments to the solicitation are issued. Technical inquiries shall be e-mailed to james.c.kanash@navy.mil. The contract to budget amount is $12,160,000. The North American Industry Classification System (NAICS) Code for this project is 236210 with a Size Standard of $31,000,000. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract.
 
Record
SN01483150-W 20080112/080110224817 (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.