Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27,1996 PSA#1730

COMMANDING 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 N47408-97-R-1804 DUE 011097 POC Contract Specialist, LINDA B. DEARING, CODE 2712, 202-433-5311, FAX 202-433-5244, Contracting Officer, Corrine A. Pearson 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 one 6500 recompression chamber and one 5000 recompression chamber, each fully outfitted. Outfitting includes: (1) supply and exhust piping and components, (2) primary and standby communications, (3) lighting, (4) atmospheric conditioning systems, (5) fire extinguishing systems, (6) chamber atmospheric analyse 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 (4) procurement of a filtration and treatment system. The demolition consists of the removal (cutting down) of the top of the FAT to the level below the existing deck. This procurement also includes options for handrails around the FAT; Installation of covers for bolts on FAT tank bottom; Installation of an automatic pool controller; and Preparation/Installation of a FAT two component epoxy liquid liner. The contractor shall provide all labor and materials for the work herein. This contract shall call for the fabrication and modification of life sensitive systems. Failure to adhere to the highet 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 best value to the Government in terms of price and technical 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) Technical Factors. The Technical Factors include Technical Approach, Personnel Capabilities, Corporate Qualifications (Management). 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 best value to the Government. Requests for the solicitation may be mailed to Naval Facilities Engineering Command Contracts Office, WNY, Bldg 218, 901 M Street, SE, Washington, DC 20374- 5063 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 the solicitation is made available to the public. The projected award date is April 1997. Proposals should be submitted to the Naval Facilities Engineering Command Contracts Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY, Washington, DC 20374-5063. (0330)

Loren Data Corp. http://www.ld.com (SYN# 0264 19961126\99-0001.SOL)


99 - Miscellaneous Index Page