Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

Z -- Admiral Clarey Bridge Maintenance and Repair Services, Ford Island, Oahu, HI

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247812R2396
 
Response Due
2/17/2012
 
Archive Date
3/3/2012
 
Point of Contact
Shari Lillie
 
E-Mail Address
lillie@navy.mil<br
 
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 for Admiral Clarey Bridge Maintenance and Repair Services, Ford Island, Oahu, HI. The Ford Island Bridge Facility is comprised of pile supported viaduct structures, hinged 120 and 250 foot composite steel/Portland cement concrete transition spans and a 930 foot long movable concrete pontoon section at the navigation harbor channel. The bridge ™s concrete components are constructed of Portland cement with a micro-silica fume additive. The movable pontoon section retracts back under the raised transition spans to provide a clear opening for the passage of ships. The pontoon extends and locks in place with the lowered transition spans to provide vehicle passage across the bridge. The retraction and extension operation is accomplished automatically by a programmable logic controller, pre-programmed to sequence the hydraulic operated transition span lift cylinders and winch to control the pontoon ™s movement. A microwave communication system transmits control signals to synchronize the hydraulic operated lift cylinders across the bridge open channel. This contract will include preventive maintenance (including bridge operation), service calls, and repairs. The work will include the bridge ™s viaduct, hinged transition spans, movable pontoon, hydraulic systems (which includes the hydraulic controlled machinery and lift cylinders), microwave communications, integrated bridge control system, pontoon leak detection, closed circuit television, roadway traffic signal and control, fire and intrusion detection, bridge electrical systems, catwalks and landings, and other supporting components necessary to maintain the bridge ™s operational and safety standards. The repairs will include service and construction work. The intent of the construction type of repairs is limited to cosmetic and minor structural repairs. This contract is not intended to perform major construction work. The proposed contract type will be a combination firm fixed-price (FFP) and indefinite delivery/indefinite quantity (IDID). IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. The NAICS Code for this procurement is 488490 and the annual size standard is $7.0 million. The contract term will be a base period of one year plus four option years. This contract will replace a contract for similar services awarded in 2007 for $243,558.30 FFP and $155,750.00 IDIQ. We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information. Interested parties must submit the following information: (1) Full name and address of the firm and (2) A statement regarding your business size (e.g. 8(a), small business, large business, hubzone) (3) A statement that your firm has similar past performance and experience in terms of the scope and dollar value. Interested parties may submit their response to shari.lillie@navy.mil. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical and price proposals. Interested parties shall submit the requested information by 2/17/12.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247812R2396/listing.html)
 
Place of Performance
Address: Ford Island, Pearl Harbor, HI
Zip Code: 96818
 
Record
SN02666358-W 20120204/120202234829-ba0d821d0cbc1583a789f98fc07d5faf (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.