|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- IMPROVE WHARF "D" (TWO-STEP DESIGN/BUILD), NAVAL STATION,
MAYPORT, FL SOL N62467-98-R-0968 DUE 061998 POC Contract Specialist:
Lisa Reaves, Code 0211LR, Fax 843/818-6311. Contractiong Officer: L R
Fisk, Code 0211. Information regarding ordering Phase I Request for
Proposal (RFP)/Specification is provided at the end of this
announcement. THIS IS A SOLICITATION FOR A TWO-STEP DESIGN/BUILD AND IS
BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN
COMPETITION. The work includes design and construction of a major
waterfront improvement project at Naval Station Mayport, Florida. The
improvements will provide Wharf D at Naval Station Mayport the
capability to nest three (3) Frigates (FFGs) at each berth, D-2, D-3
and D-4, for a total of nine (9) FFGs. Wharf D is a cellular structure,
442M in length, with an existing design dredge depth of -30 ft. MWL.
All work will be designed in accordance with applicable military
handbooks. Permits will be the design/builder's responsibility unless
otherwise stated below. Work includes design and construction of the
following: Dredging -- Increase dredge depth from -30 ft. to -35 ft.
MWL. Dredged material is permitted for disposal at the off-shore
disposal area approximately 3 miles from the Mayport basin; Structural
-- Modify wharf structure to accommodate increased dredge depth.
Modify mooring/fender system to support increased nesting requirement.
Rehabilitation of wharf structure may be required; Mechanical
Utilities -- Replacement of steam and diesel fuel pipe sections and
removal of compressed air piping along Wharf D. Associated steam system
work includes demolition of abandoned boiler plant, replacement of
steam trench covers, and the extension of the steam piping system's
shallow trench. Associated work includes replacing fuel system
accessories at fuel pits and removal and disposal of contaminated
soils. An estimated quantity will be provided in Phase II of the RFP
for proposal purposes; Electrical Utilities -- Main 35kV station
switch-gear alteration to provide a new underground concrete encased
feeder to Wharf D. Provide an enclosed substation with regulation in
wharf area to distribute primary feeds to new unit substations at
Berths D-2/3/4. (Each to be triple nested with fast frigates).
Demolition of existing electrical utilities on Wharf D at berths
D-2/3/4 will be required; Civil Utilities -- Replacement of water,
sewer, and oily waste systems, including existing lift stations.
Demolition and repair of a wide variety of pavements will be required.
The Government will award a contract resulting from this solicitation
to the responsible offeror whose proposal conforming to the
solicitation will be "BEST VALUE" to the Government using a "TRADE-OFF"
process, price and technical factors considered. This procurement will
consist of Two (2) Phases. Phase I: Both the Offerors' Design and
Construction Teams will be evaluated on: (1) Technical Qualifications
including specialized experience, past performance, qualifications,
capability to perform, and past partnering/teaming arrangements. (2)
Management Approach showing organizational structure for design and
construction teams demonstrating contractual arrangements and lines of
authority among key personnel. (3) Small Business Subcontracting
Effort demonstrating achievements utilizing small, small disadvantaged
and women ownedsmall businesses in previous contracts. Only the
highest rated offerors, not to exceed five, will advance to Phase II.
The Government will then request the Phase II proposal. In Phase II,
Qualified Offerors will be evaluated on: (1)Technical Factors
(including but not limited to qualifications, technical solutions,
concept drawings, etc.) and (2) Price Proposal. The Government reserves
the right to reject any or all proposals at any time prior to award; to
negotiate with any or all offerors; to award the contract to other than
the offeror submitting the lowest total price proposal; and to award to
the offeror submitting the proposal determined the highest
technically-rated or the most advantageous to the Government. OFFERORS
ARE ADVISED AN AWARD MAY BE MADE IN PHASE II WITHOUT DISCUSSION OR ANY
CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should
be submitted initially on the most FAVORABLE price and technical
terms. Offerors should not assume they will be contacted or afforded an
opportunity to qualify, discuss, or revise their proposals. However,
the Government reserves the right to clarify certain aspects of
proposals or conduct discussions providing an opportunity for the
offeror to revise its proposal. FOR PHASE I REQUEST FOR PROPOSALS
(RFP)/SPECIFICATION: The RFP/Specification is anticipated to be issued
on 14 May 1998. Proposals for Phase I will be due on 22 June 1998 at
1630 hours. There is a $15.00 Non-Refundable Charge for each RFP /
Specification. This charge applies to RFP / specification for Phase I
only. A SEPARATE AND DIFFERENT NON-REFUNDABLE AMOUNT FOR THE PHASE II
RFP / SPECIFICATION WILL BE DETERMINED AT A LATER DATE. To obtain a
Phase I RFP you may CHARGE your request to a CORPORATE VISA CREDIT CARD
or make company check payable to US Treasury and send to: THE DEFENSE
AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359,
CHARLESTON, SC 29415 (FOR FEDERAL EXPRESS: THE DEFENSE AUTOMATED
PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE B, 2825 AVENUE D NORTH,
CHARLESTON, SC 29408-1802). PLEASE INDICATE IF YOU ARE A PRIME
CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF
CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems
arise concerning your request, call RONNIE MITCHUM at 843/743-4040. To
obtain a RFP/Specification holders list FAX your request to
843/743-3027. RFP/Specification holders lists will be mailed. We cannot
fax RFP/Spec. holders lists. RFP Holders Lists can also be obtained
from the Internet at http://www.chas.sebt.daps.mil. For inquiries about
Proposals Due or Number of Amendments issued, contact Shirley Shumer at
843/820-5923. Technical Inquiries must be submitted in writing 15 days
before Proposals are due to the address listed above, or faxed to
843/818-6311, Attn: Lisa Reaves, Code 0211LR. Estimated project cost is
between $10,000,000.00 and $15,000,000.00. Estimated duration of the
contract is 730 days for completion. (0120) Loren Data Corp. http://www.ld.com (SYN# 0117 19980504\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|