|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE,
Poulsbo, WA 98370-7570 Z -- P-603T AIRCRAFT PARKING APRON ALTERATIONS, P-608T HANGAR 6
MODIFICATIONS AND P-701U HANGAR CONVERSIONS, NAVAL AIR STATION WHIDBEY
ISLAND, OAK HARBOR, WASHINGTON SOL N44255-94-B-7371 DUE 090996 POC D.
G. Mascarin, Contract Specialist (360)396-0258/Barbara Neuhauser,
Contracting Officer (360)396-0258. The work on this contract consists
of aircraft apron alterations and aircraft hangar modifications at the
Naval Air Station Whidbey Island, WA. The solicitation will include a
base bid line item as well as optional line items for additional work
which may be unilaterally awarded by the Government within a specified
timeframe. Aircraft apron alterations, including the optional work,
include demolition of existing Fixed Point Utility System (FPUS) units
utilized for A6E/AE6B aircraft, refurbishment of FPUS units for P3/P3C
aircraft, relocation and upsizing of utilities to the FPUS (electrical,
compressed air etc.) restriping of the apron, disconnection of taxiway
lighting, installation of a blast deflector, installation of ground
points, installation of aircraft mooring eyes and incidental related
work. The aircraft hangar modifications, including the optional work,
include installation of an Aqueous Film Forming Foam (AFFF) system and
40,000 gallon storage tank, addition of a bridge crane, upgrades to
the electrical system, structural upgrades to the hangar trusses,
providing handicap access to the restrooms and incidental related work.
This is a 100 percent set aside for eligible 8(a) concerns and is
restricted to those 8(a) firms serviced by the Anchorage, Boise,
Portland, Spokane and Seattle District Offices of the U.S. Small
Business Administration. If the Bidder intends to meet the project
requirements via a joint venture, the request for a joint venture must
be made by the Bidder to its respective Business Opportunity
Specialist in the Small Business Administration District Office prior
to the bid opening date. Due to the requirements of the FY 1996 Base
Realignment and Closure Construction (BRACON) Program, funding may not
become available prior to the end of fiscal year 1996 and could be
delayed through the first quarter of FY 1997. Bidders will therefore be
required to submit bids which will remain valid through December 1996.
During performance of this work, asbestos, hazardous waste, or
pollution abatement may be encountered. Plans and specifications will
be available on or about 07 August 1996 at no charge until supply is
exhausted. Contract completion time is 550 days from date of award
(assuming award of all optional work). Estimated cost range (including
options) is between $5,000,000 and $10,000,000. Solicitation packages
may be acquired in person from Plan Issue or by mail. Telephone
requests will not be accepted. For plans and specifications to be
mailed to your firm, either fax your request to Plan Issue (360)
396-0998, or mail your request to Engineering Field Activity Northwest,
Attention: Plan Issue, Naval Facilities Engineering Command, 19917 7th
Avenue NE, Poulsbo, WA 98370-7570. Your request must include the
solicitation number N44255-94-B-7371, complete company name, address,
telephone number including area code, and whether bidding as a
prime/subcontractor/supplier. The Standard Industrial Classification
Code is 1542. The related small business size standard is $17 million.
(0199) Loren Data Corp. http://www.ld.com (SYN# 0206 19960718\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|