Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916

Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Dept., 4262 Radford Dr. Honolulu, HI 96818-3296, Code 0212

Z -- ESR 7030-6-001, REPAIR RANGE OPERATIONS ELECTRICAL SYSTEM -- TASK 2 AT THE PACIFIC MISSILE RANGE FACILITY, BARKING SANDS, KAUAI, HAWAII SOL N62742-96-B-1339 DUE 100997 POC Ms. Roxanne Vannatta, Procurement Technician, Telephone No. (808) 474-6325 Partial dismantling and removal of Diesel Engine Generator Nos. 7 and 8. Demolition of all auxiliary equipment for existing Diesel Engine Generator Nos. 7 and 8. Asbestos abatement in the areas affected by the removal and installation work. Removal of wiring between Diesel Engine Generator Nos. 7 and 8, and existing 4.16 kV switchgear, radiator fan controls and wiring, battery chargers and wiring, and miscellaneous conduit and wiring in the affected areas. The provision of new Diesel Engine Generator Nos. 7 and 8, complete with all auxiliary equipment, instrumentation, controls, 480 V motor control center, control modifications in 4.16 kV switchgear, neutral grounding resistors, and surge protection cabinets. The proposed solicitation will specify a requirement for two Caterpillar Model No. 3512TA diesel-engine generators that meets the Government's needs for a unit that provides: (1) generating capacity of 600-700 KW net continuous at 0.8 power factor; (2) output of 4150 volt, three-phase, 60Hz ac; (3) rotary speed of 1200 rpm; (4) diesel engine of four-stroke cycle, turbo-charged, aftercooled; and (5) brake mean effective pressure (BMEP) of less than 180 psig. Pursuant to FAR 6.302, this notice is to identify other potential sources who can provide generators in conformance with this requirement. Interested parties should submit technical brochures to the Pacific Division, Naval Facilities Engineering Command, Building 62, 4262 Radford Drive, Honolulu, Hawaii 96818-3296 within 15 calendar days after publication of this synopsis. The performance period is 300 calendar days. THE SIC CODE FOR THIS PROCUREMENT IS 1731 AND THE ANNUAL SIZE STANDARD IS $7 MILLION. This procurement is UNRESTRICTED. Estimated cost is between $500,000 and $1,000,000. The Invitation for Bids (IFB) will be available on or about 9 Sept 1997 for hardcopy only. Plans and specifications will no longer be available for purchase over the counter from PACNAVFACENGCOM, Construction Contracts Branch, 4262 Radford Drive, Honolulu, Hawaii 96818-3296. DUE TO A CHANGE IN THE DISTRIBUTION OF SOLICITATIONS, REQUESTS FOR IFB SETS SHALL BE VIA LETTER TO: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: SOLICITATION PRINTING, PO BOX 126, PEARL HARBOR, HAWAII 96860-5120. ARRANGEMENTS MAY BE MADE TO PICK-UP IFB SETS AT PACDIV IF REQUESTED IN LETTER. THERE IS A NON-REFUNDABLE CHARGE OF $34.44. CHECKS SHALL BE MADE PAYABLE TO "DEFENSE AUTOMATED PRINTING SERVICE." VISA OR MASTERCARD WILL BE ACCEPTABLE PROVIDED YOU FURNISH CARDHOLDER'S NAME, ACCOUNT NUMBER AND EXPIRATION DATE. ALSO STATE COMPANY NAME, ADDRESS TELEPHONE NUMBER, FACSIMILE NUMBER, IFB NO. AND PROJECT TITLE, AND WHETHER IFB WILL BE PICKED UP AT PACDIV. ENVELOPE FRONT MUST SHOW IFB NO. Allow at least one week from the date your request is received by the Defense Automated Printing Service for mailing. Companies wanting IFB sent via air express service shall furnish express service's airbill label showing recipient's name, company name, company address, telephone no., company account no., and type of delivery required. If company's regular mailing address is different from express mail delivery address, please provide both addresses and indicate which one is for express mail only. Request for planholders list should be made via facsimile to (808) 471-9770. Failure to provide any of the foregoing information and payment for solicitation may delay the processing of the IFB. (0232)

Loren Data Corp. http://www.ld.com (SYN# 0153 19970825\Z-0005.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page