Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

Z -- RM 17-1369 Hotel Pier Repairs at Joint Base Pearl Harbor-Hickam, Hawaii

Notice Date
12/18/2019 12:40:18 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860 USA
 
ZIP Code
96860
 
Solicitation Number
N62478-19-R-1520
 
Response Due
1/8/2020 12:00:00 PM
 
Archive Date
01/23/2020
 
Point of Contact
Shari N Lillie, Contracting Officer, Phone: (808) 471-2289, Fax: (808) 474-3387, Samantha Clark, Phone: 808-474-8208
 
E-Mail Address
shari.lillie@navy.mil, samantha.e.clark@navy.mil
(shari.lillie@navy.mil, samantha.e.clark@navy.mil)
 
Description
RM 17-1369 Hotel Pier Repairs at Joint Base Pearl Harbor-Hickam, Hawaii.� Pier H is approximately 1,336 feet long x 54 feet wide located at Joint Base Pearl Harbor Hickam, Hawaii and includes fueling berths H1-H4.� The project scope includes repairing piles by removing spalling concrete, cleaning/repairing rebar and installing epoxy-filled fiberglass jackets with cathodic protection anodes; repairing a failed pile by installing a structural fiberglass jacket with reinforced concrete; replacing depleted anodes on cathodic protection pile jackets; excavating the abutment, repairing voids in the sheet pile/retaining wall and restoring the pier-to-land connection to include new asphalt pavement; cleaning and repairing the void in the concrete headwall of the utility trench at the pier-to-land connection; cleaning and repairing spalls at pile caps, beams, underdeck and deck; cleaning and repairing cracking in concrete mooring foundations; reattaching loose fender piles to the concrete pier; replacing missing caps at fender� piles; removing and replacing damaged composite chocks and wales; replacing failed foam-filled fender chain connections; replacing missing or deteriorated foam-filled fenders;� cleaning and recoating the connection hardware at double bitt mooring fittings; repairing� broken oil boom connections; replacing the existing oil boom; cleaning and recoating steel base plates of existing steel guard rails; replacing/repairing failed ballast pipe� hangers, electrical conduits and telecommunications conduits; replacing the missing� connection hardware to the junction box steel frame at Gridline 13.5:L; replacing the corroded structural steel supports and hangers for utility conduits over the water at the� land-pier abutment (southeast corner of pier); replacing existing emergency shower/eye� wash with OSHA compliant systems; recoating or replacing corroded electrical fittings;� painting fire alarm conduit; replacing and labelling life rings and providing� Best Management Practices and water� quality monitoring throughout the project duration. This solicitation is being advertised on an unrestricted basis inviting full and open competition.� The North American Industry Classification System (NAICS) Code for this procurement is 237990 and the annual size standard is $39.5 million.� The estimated cost of the project is between $10 Million and $25 Million. This is a source selection procurement requiring both technical and price proposals.� The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation.� The non-cost factors are anticipated to be: (1) Corporate Experience, (2) Safety, and (3) Past Performance.� The Government will only evaluate the lowest priced offer for technical acceptability.� To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database by the proposal receipt date.� The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice.� This notice should not be construed as a commitment by the government for any purpose. Large business concerns are required to submit a subcontracting plan prior to award of the contract. This is a new procurement.� It does not replace an existing contract. �No prior contract information exists.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a9d2d8aff4f4eba8e6e93a1877e9fbc/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05520312-F 20191220/191218230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.