Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

Z -- HANGAR REPAIRS, NAVAL SUPPORT ACTIVITY, SOUDA BAY, CRETE, GREECE

Notice Date
7/9/2008
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC EURSWA FEAD, NSA, SOUDA Bay, N33191 NAVFAC EURSWA FEAD NSA, SOUDA BAY PSC 814 BOX 11 FPO AE Souda Bay,
 
ZIP Code
00000
 
Solicitation Number
N3319108R0106
 
Response Due
8/25/2008
 
Archive Date
9/9/2008
 
Point of Contact
Tess Heidrich 30 282 102 1373 Ms. Angela Tsukala, Contract SpecialistNAVFAC Europe and Southwest AsiaFEAD, NSA, Souda Bay, GreeceEmail: TsukalaA@nsa.souda.navy.milCOMM:30-28210-21543Ms. Tsukala speaks both Greek and English
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors to provide Hangar Repairs, Naval Support Activity, Souda Bay, Crete, Greece by means of a firm fixed price construction contract. The North American Industry Classification System (NAICS) code is 237990. Firms submitting offers in response to this solicitation are responsible for determining local government, host nation government and European Union regulatory and legal requirements for performing the services described herein and ensuring that they are in compliance. The estimated price range is between $500,000 and $1,000,000 U.S. Dollars. This is a new procurement. It does not replace an existing contract. No information exists on prior contract. The project includes a base bid and option items. The anticipated requirements are:Repair ten (10) sliding hanger doors, including the wheel assembly. The exterior metal sheathing on the doors will be replaced where damaged (500sf). Two (2) out of four personnel access doors located within the hanger doors shall be replaced. The wheel assembly will be reworked to ensure smooth operation. The top hanger track shall be adjusted and repaired to ensure that it is level and in alignment with the bottom rail. The bottom railing shall be cleaned and repaired to ensure smooth operation of the doors. Remove all concrete between outside rails of all tracks. Remove 10cm concrete on outside of exterior track. All existing angle iron in the channel shall be removed. New angle iron shall be placed on the outer edge of the exterior channels (see attached photos). Apply high strength epoxy grout to areas between tracks and exterior of tracks to not more than 2.5cm of top of track. The contractor shall be responsible for the removal and disposal of all materials. ! After all repairs are completed, the doors shall adjusted to ensure smooth operation and proper fit in conjunction with adjacent doors in both the full open and closed conditions. THERE ARE PICTURES ATTACHED OF THE RAILSOPTION Same work as above except Replace Hanger Tracks - Replace the top hanger track in lieu of adjusting and repairing. Replace Hangar Roof - including Phasing, Demolition and Preparation, - (approximately 32,000 sf), Replace the metal roof. OPTION: Paint Hangar Exterior-The exterior surfaces of the building (approximately 18,550 sf) FOD PROTECTION AND SCHEDULING/PHASING ARE CRITICAL ELEMENTS OF WORK TO PROTECT THE AIRFIELD RUNWAY AND MAINTAIN OPERATIONS. The anticipated performance period shall not exceed 300 calendar days from contract award. The solicitation is anticipated to use best value source selection procedures which require offerors to submit a technical proposal and a separate price proposal for evaluation by the Government. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the requirements, represents the best value to the Government using Best Value source selection process. The anticipated technical evaluation factors are as follows: Technical Competence and Project Approach, Past Performance, Relevant Project Experience, and Safety. It is anticipated there will be sub-factors, which will be identified in the solicitation. The Government intends to award a contract without conducting discussions; therefore, the offeror's initial proposal shall con! tain its best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. Offerors can view and/or download the solicitation via the Navy Electronic Commerce Online (NECO) website at https://euro.neco.navy.mil when it becomes available. All interested offerors shall register at this website. However registration does not release bidders/offerors from the responsibility of checking the solicitation daily for any amendments or other information pertaining to this solicitation. The solicitation is expected to be posted on or around July 23, 2008. Proposals are expected to be due approximately 30 days after, on or about August 25, 2008 at 2:00PM LOCAL SOUDA BAY, CRETE TIME. All dates are tentative and are subject to change. This is an internet only solicitation so paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical! /contractual questions regarding this solicitation must be submitted in writing to the Contract Specialist at: TsukalaA@nsa.souda.navy.mil A pre-proposal conference and site visit has been TENTATIVELY scheduled for Thursday July 31, 2008 at 10:00 AM. Meeting location is Bldg 54, FEAD Conference Room, Naval Support Activity, Souda Bay. Please submit your request to attend the pre-proposal and site visit to the Contract Specialist Ms. Angela Tsukala at 30-282-102-1543. Base Access procedures require that your request and documentation are received three days in advance of the conference. PLEASE BE ADVISED THAT PROPOSAL CLARIFICATIONS OR EXCHANGES OF INFORMATION MAY OCCUR DURING THE MONTH OF AUGUST AND OFFERORS MUST BE AVAILABLE FOR THESE COMMUNICATIONS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2989018adff7c567f5acaebcb573324&tab=core&_cview=1)
 
Record
SN01610219-W 20080711/080709222446-6e2b03f67e1c98d6a0fae6c5dfec4abd (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.