|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Z -- MUGU NEIGHBORHOOD STREETSCAPES, FY97 PROJECT R-195, NAVAL AIR
WEAPONS STATION, POINT MUGU, CALIFORNIA SOL N68711-96-B-6143 DUE 082098
POC Lisa Crawford, Contract Specialist, (619) 532-1261 This procurement
is 8(a) competitive and is limited to 8(a) certified firms. Procurement
is restricted to firms service by California district offices and firms
with approved satellite offices in California. The purpose of this
solicitation is to procure a contractor to furnish all labor,
materials, and equipment for the construction of NAWS Neighborhood
Streetscapes Phase IA. The work includes undergrounding existing
overhead utility distribution systems; construction of new street light
systems; demolition and replacement of pedestrian crossing signal;
demolition and replacement of damaged concrete pavements; construction
of new pedestrian ramps and sidewalks; and the installation of
landscaping. Undergrounding overhead utility distribution system work
includes installation of new pad mounted transformers, load break
switches, duct bank conduits, electrical conductors, telephone
pedestals, cable television pedestals, concrete encasement, and all
accessories, trenching and pavement repairs. Demolitionof existing
overhead lines, utility poles, pole-mounted transformers, and pole guys
and anchors is also a part of the work upon completion and start-up of
the new underground system. New street light system work includes
installation of new reinforced concrete poles, fixtures, conduit, lamps
and accessories, as well as the demolition of existing utility pole
mounted fixtures. Pavement renovation work includes demolition and
replacement of damaged curb, gutters, sidewalks, driveways, and
driveway aprons. Demolition, clearing and grubbing, decorative
excavation and embankment, topsoil placement, and incidental work is
required. Phase IB: The work includes undergrounding existing overhead
utility distribution systems; construction of new street light
systems; demolition and replacement of damaged concrete pavements;
construction of new pedestrian ramps and sidewalks; and the
installation of landscaping. Undergrounding overhead utility
distribution system work includes installation of new pad mounted
transformers, load break switches, duct bank conduits, electrical
conductors, telephone pedestals, cable television pedestals, concrete
encasement, and all accessories, trenching and pavement repairs.
Demolition of existing overhead lines, utility poles, pole-mounted
transformers, and pole guys and anchors is also a part of the work upon
completion and start-up of the new underground system. New street light
system work includes installation of new reinforced concrete poles,
fixtures, conduit, lamps and accessories, as well as the demolition of
existing utility pole mounted fixtures. Pavement renovation work
includes demolition and replacement of damaged curb, gutters,
sidewalks, driveways, and driveway aprons. Demolition, clearing and
grubbing, decorative excavation and embankment, topsoil placement, and
incidental related work is required. The work will be located at the
Naval Air Weapons Station, Point Mugu, California. The estimated cost
is between $1,000,000 and $5,000,000. This is a firm fixed price
contract. The contract duration is 588 calendar days. The Standard
Industrial Codes are 1623/1629 the annual size standards are $17
million. In accordance with FAR 5.102(a)(7) availability of the
solicitation will be limited to the electronic medium; solicitation
will be available for download free of charge via the Internet World
Wide Web at http://www.efdswest.navfac.navy.mil. Hard copies (paper
sets) or CD-ROM of solicitation will not be provided by the Government.
The official plan holders list will be maintained on and can be printed
from the website. All prospective offerors and plan rooms are
encouraged to register as plan holders on the website. Plan holders
lists will not be faxed and will only be available from the website.
Registering offerors and plan rooms must provide a complete name,
complete mailing address and area code and phone number, offeror type
(prime, sub, supplier, or plan room), e-mail address and size of
business (large, small, small disadvantaged, woman owned small, or
other). Notification of any changes (amendments) to the solicitation
will be made only on the Internet. It will be the contractor's
responsibility to check the website for any posted changes. Tentative
issue date is on or about 21 July 1998 with an opening/receipt date
approximately thirty days later. NOTE: ALL CONTRACTORS MUST BE
REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD
OF A DoD CONTRACT. For more information see the CCR website at
http://ccr.edi.disa.mil. Requests for additional information can be
faxed to Lisa Crawford at (619) 532-1261 or by e-mail to
lacrawford@efdswest.navfac.navy.mil. Posted 07/02/98. (0183) Loren Data Corp. http://www.ld.com (SYN# 0214 19980707\Z-0046.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|