|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000
23RD AVE, PORT HUENEME CA 93043-4301 99 -- PVA-2 OVERHAUL, NAVAL DIVING AND SALVAGE TRAINING CENTER, PANAMA
CITY, FLORIDA SOL N47408-96-R-4060 DUE 081596 POC Contract Specialist,
Linda B. Dearing, (202) 433-5311/FAX (202) 433-5244, Contracting
Officer Corrine A. Pearson CORRECTION: This action was originally
publicized in the CBD dated 7/1/96. This project will be UNRESTRICTED.
The work includes the servicing, inspection, testing and final system
functional testing of Presure Vessel Assembly #2 and its supporting
systems, and to perform repairs to hyperbaric facility at the Naval
Diving and Salvage Training Center, Panama City, Florida. The Pressure
Vessel Assembly #2 and its supporting systems include the following:
(1) Pressure Chamber and Appurtenance System, (2) Fire Extinguishing
Systems, (3) Diving Water System, (4) Air Pressurization System, (5)
Built-in Breathing System, (6) Gas Farm, (7) Diver's Breathing System,
(8) Electrical System, and (9) Communications System. The repairs to
the hyperbaric facility include the following: MO-324 ''Year Two''
Inspection of Support Flasks, (2) Primary Communications System
Overhaul and Replacement, (3) System Designation Labels and Supports,
(4) Replacement of Flex Hose/Pipe, (5) Replacement of Standby Header
Isolation Valves, and (6) Shielding of PVA Console Wiring. The
contractor shall provide all labor and materials for the work herein.
The work on-site shall be coordinated with the Contracting Officer so
as not to interfere with ongoing operations. This contract shall call
for overhaul and repair 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 the work. 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
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 solicitation may be mailed to the below
address 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 the
initial notice appeared in the Commerce Business Daily. A pre-proposal
conference will be held at the Naval Diving and Salvage Training
Center, Panama City, Florida. The conference time and exact location
will be announced in the solicitation. The proposal due date shall be
thirty days after the 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.(0191) Loren Data Corp. http://www.ld.com (SYN# 0492 19960710\99-0001.SOL)
99 - Miscellaneous Index Page
|
|