|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1998 PSA#2213Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- TWO-PHASE DESIGN-BUILD JET ENGINE TEST CELLS, NAVAL AIR SOL
N62467-97-R-1133 DUE 121598 POC Technical inquiries prior to bid
opening MUST be submitted in writing to the address listed above, or
faxed to (843) 820-5853 or (843) 818-6371, Agnes Copeland, Code 0212AC.
The contracting Officer for this solicitation is W J Anonie.
MODIFICATION: PRE-SOLICITATION NOTICE: please note the new way to order
Plans and Specs. THE COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS
$20.00. THE POINT OF CONTACT IS RONNIE MITCHUM AT 803/743-4040, Ext.
18. THIS CHARGE IS NON-REFUNDABLE. To obtain plans and specifications
you may CHARGE your request to a CORPORATE VISA/MASTER-CARD CREDIT CARD
or make company check payable to SUPERINTENDENT OF DOCUMENTS and send
to 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
also include (1) A Point of Contract, (2) A Telephone Number, and (3)
a FAX Number. If problems arise concerning your request, call RONNIE
MITCHUM at 843/743-4040, Ext. 18. To obtain a plan holders list FAX
your request to 843/743-3027. Plan Holders List will be mailed. Plan
Holders List can be obtained from the Internet at
http://www.chas.sebt.daps.mil. Inquiries about the PROPOSAL OPENING
DATE OR THE NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (843)
820-5775. Results of the Proposals will not provided. The solicitation
will be formatted as a Two-Phase Design-Build Request for Proposal.
The Government will award a firm fixed-priced contract using the "BEST
VALUE CONTINUUM AND TRADE OFF PROCESS." Phase I Offers will be
evaluated on the following Technical Factors in descending order of
importance; Factor A Past Performance; Sub-Factors (1) Design Team, (2)
Construction Team; Factor B Technical Qualifications; Sub-Factors; (1)
Design Team, (2) Construction Team; Factor C Management Approach;
Factor D Small Business Subcontracting Effort. Phase II Offers will be
evaluated on Cost and Technical factors as follows; Cost Factors,
Factor A -- Base Price (Lump Sum) and Factor B Estimated Cost of
Changed Work. Technical Factors in descending order of importance;
Factor A Past Performance; Sub-Factors (1) Design Team, (2)
Construction Team; Factor B Technical Qualifications; Sub-Factors; (1)
Design Team, (2) Construction Team; Factor C Management Approach;
Factor D Small Business Subcontracting Effort. Note the Design and
Construction firm should have each completed, jointly or separately, a
minimum of one previous military "hush house" and shall provide
specific information regarding the most recent projects. 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; to award to
the Offeror submitting the proposal determined by the Government to be
the most advantageous to the Government. Offerors are advised that an
award may be made without discussions or any contact concerning the
proposals received. Therefore, proposals should be submitted initially
on the most FAVORABLE terms. Proposes should not assume that they will
be contacted or afforded an opportunity to qualify, discuss, or revise
their proposals. The work will primarily consists of design and
construction/modification of an existing nonfunctional Air Force T-10
aircraft acoustical enclosure (hush-house) located at Naval Air Station
New Orleans, LA. Work shall include, but is not limited to, integrated
site development and all related work to provide a complete and usable
facility. The Air Force T-10 hush house will be used for testing of
Navy jet engines in-frame (installed in the aircraft) and out-of-frame
(removed from the aircraft). The work more specifically (but not
limited to) will require modifications/adaptation of the existing sound
suppressor pad, inertial slabs (including installation of multiple type
XIII fittings, aircraft chock embedments, and pull test embedments),
building foundation; augmentor, vanes and acoustic panels, building
structural elements, fire alarm system, AFFF and engine water fire
suppression systems, hush house control systems (including
instrumentation boom, interconnection of equipment, and T-23 Control
Cab), mechanical systems (air start system, jet engine oil preservation
system, nose wheel elevator and HVAC), fuel systems (fuel pit, pumps,
tanks, lines, and controls); as well as, providing new site work,
industrial waste (including oil/water separator), and other utilities
(electrical power distribution, communications, water main, and
sewage). The surface of the existing T-10 hush house's inertial slab is
delaminating, and repair methods will need to take into account the
temperatures and sonic vibration which the slab will be routinely be
exposed to, and the potentially for catastrophic damages should any of
the pavement become delaminated during tests. The proposed project is
being considered for 100% Set-Aside for Small Business Concerns.
Interested Small Business Concerns should notify this office in
writing, Attn: Code 0212AC of their intention to submit a proposal as
the Prime Contractor by no later than 12 Nov 98. The information MUST
include the name of the construction firm, evidence of capacity to
obtain required bonding, and specific information that demonstrates the
capability to perform projects of this complexity and magnitude. If
adequate interest is not received from Small Business Concerns the
solicitation will be issued as Unrestricted. An amended synopsis will
be issued indicating whether the requirement is Set-Aside or
Unrestricted and a definitive proposal due date will be established.
Complete information concerning management experience in similar work
and financial status. YOU MAY FAX YOUR RESPONSE TO CODE 0212AC at (843)
820-5853 or (843) 818-6371. Estimated cost of project is $1,000,000 to
$5,000,000. Estimated duration of the contract is 240 calendar days
for completion. The Sic Code for this project is 1541. Size Standard is
$17,000,000.00 Posted 10/29/98 (W-SN266740). (0302) Loren Data Corp. http://www.ld.com (SYN# 0115 19981102\Z-0008.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|