Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

J -- THE GOVERNMENT INTENDS TO AWARD A FIRM-FIXED PRICE MAINTENCE/REPAIR/OVERHAUL CONTRACT UNDER SOLICITATION/REQUEST F

Notice Date
1/20/2011
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N44255 NAVFAC NORTHWEST, PWD KITSAP BANGOR, FEAD T075 Skate Street Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425511R7000
 
Response Due
2/4/2011
 
Archive Date
3/4/2011
 
Point of Contact
Grace Montero 360.396.1776 Robert Sergeson 360.396.4417
 
E-Mail Address
Grace Montero
(grace.montero@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The NAICS Code for the proposed acquisition is 811310. The size standard is $7,000,000,000.00. The Federal Supply Code is C211. This is a maintenance/repair/overhaul project and shall provide all of the necessary work including all labor, materials, and equipment to: oProvide emergency power to the MLA and the Bangor Waterfront. The generator sets require overhaul on six of the existing medium voltage generator both the engine and generator portions of the generator sets. These diesel engine-generator sets were manufactured on average about 30-years ago. oAdditionally, the existing cooling towers for all of the project generators are outdoor horizontal cooling towers with fan motors. The second older Young Radiator cooling tower at substation 3 needs to be replaced. oThe existing starting system for the generators consists of compressed air starters. The compressors for the generators are electric with gas driven portable backup compressors. This contract shall replace all air compressors with new compressors consisting of two separate electric air compressors and one gas driven portable air compressor with ratings matching or exceeding the existing compressors. The existing compressed air system shall be reconnected to the new electric compressors at each site. The Proposals will be evaluated on the basis of established criteria and award will be made to the offeror whose proposal represents the best value to the Government. The following factors will be considered: oFactor I: Relevant Experience/Team Composition oFactor II: Past Performance oFactor III: Safety oFactor IV: Overhaul/Repair/ Schedule oFactor V: Diesel Engine Mechanical Experience oFactor VI: Small Business Utilization Subfactor A: Past Performance in Utilization of Small Business Concerns Subfactor B: Small Business Participation oFactor VII: Price The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Proposers should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. The solicitation will be available for viewing and downloading at https://www.neco.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 OFFEROR ™S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror ™s 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 Ms. Grace E. Montero (360) 396-1776 or via email grace.montero@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255S/N4425511R7000/listing.html)
 
Place of Performance
Address: NAVY FACILITIES ENGINEERING COMMAND NW PWD
Zip Code: T075 Skate Street
 
Record
SN02363607-W 20110122/110120234545-17fee3f6288b35c811a0cb288ad0bb41 (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.