|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1996 PSA#1622COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000
23RD AVE, PORT HUENEME CA 93043-4301 99 -- RECOMPRESSION CHAMBER FACILITIES AND FREE ASCENT TOWER
MODIFICATIONS AT SPECIAL FORCES UNDERWATER OPERATIONS SCHOOL, KEY WEST,
FL SOL N47408-96-R-4062 DUE 071796 POC Contract Specialist, Linda B.
Dearing,, (202) 433-5311/FAX (202) 433-5244, Contracting Officer,
Corrine A. Person This project will be UNRESTRICTED. The work includes
the design, acquisition, fabrication, installation and final system
functional testing of two Recompression Chamber Facilities and
Modifications to the existing Free Ascent Tower (FAT) at the Special
Forces Underwater Operations Facility, Naval Air Station, Key West,
Florida. The work also includes some demolition. The Recompression
Chamber Facilities shall be recompression chambers of 6.5 foot and 5
foot diameter, each fully outfitted. Outfitting includes: (1) supply
and exhaust piping and components, (2) primary and standby
communications, (3) lighting, (4) environmental control systems, (5)
fire extinguishing systems, (6) chamber environment analyses systems,
and (7) BIBS systems. Work on the FAT includes: (1) modification to the
water fill line, (2) the skimmer/overflow, (3) FAT tank top and
failing, and (4) replacement of the filtration and treatment system.
The demolition consists of the removal of all FAT water treatment
equipment, removal (cutting down) of the top of the FAT to the level of
the existing deck, and the removal of the existing recompression
chamber and associated piping and components. The contractor shall
provide all labor and materials for the work herein. The work on-site
(demolition, installation, and functional testing) shall be coordinated
with the Contracting Officer so as not to interfere with ongoing
operations. This contract shall call for the fabrication and
modification of life sensitive systems. Failure to adhere to the
highest standards of metallurgy, welding, and workmanship will create
severe hazards to the personnel working on or near these systems when
they are pressurized. Failure to meet these requirements will be cause
for termination for default and, in any event, will be cause for
Government rejection of components. Offerors will be required to submit
a technical proposal and a cost proposal. Award shall be made to the
responsible offeror whose proposals, conforming to the solicitation,
represent the greatest (best) value to the Government in terms of
price, past performance, and other non- price related factors. Response
to the request for Proposal will be evaluated using the following two
principle factors, which are of equal importance: (a) Cost/Price and
(b) Non-Price Related Factors. The Non-Price Related Factors include
Technical Approach, Personnel Capabilities, Corporate Qualifications,
Quality Assurance Program/Plan, and Past Performance. The degree of
risk to the Government, as related to deficiencies, weaknesses, or
strengths noted in the source selection evaluation process will be
considered when determining the greatest (best) value to the
Government. Requests for the solicitation may be mailed to the address
listed below or sent via facsimile by using (202) 433-5244.
Contractors within the local area are encouraged to pick up a copy of
the solicitation at Bldg 218 (third floor) of the WNY between the hours
of 0730 and 1500,Monday-Friday. There will be no charge for these
documents, however, there will only be one set issued per contractor.
The solicitation will be available approximately fifteen days after
this notice appears in the Commerce Business Daily. A pre-proposal
conference will be held at the Special Forces Underwater Operations
School, Key West, Florida. The conference time and exact location will
be announced in the solicitation. The proposal due date shall be
thirty days after solicitation is made available to the public. The
projected award date is September 1996. Proposals should be submitted
to the Naval Facilities Engineering Command Contracts Office
(NAVFACCO), Bldg 218, 901 M Street, SE, WNY, Washington, DC
20374-5063.(0172) Loren Data Corp. http://www.ld.com (SYN# 0438 19960621\99-0001.SOL)
99 - Miscellaneous Index Page
|
|