|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288Commanding Officer, Offshore Facilities Contracts Branch, Naval
Facilities Engineering Command Contracts Office, 901 M Street, SE,
Building 218, Washington, DC 20374-5063 99 -- HYPERBARIC SYSTEMS FOR THE SOF SPECIAL WARFARE OPERATIONAL
SUPPORT FACILITY, NAVAL STATION AND THE COMNAVMARIANAS, GUAM SOL
N47408-99-R-2005 DUE 042299 POC Contract Specialist Margaret C.
Sundberg, (202)433-5315/FAX (202)433-5244; Contracting Officer Rita D.
Palmore This supply project will be UNRESTRICTED. The work includes
all labor and materials for the design, procurement, fabrication,
assembly, shop testing, installation, and field testing of hyperbaric
facilities at the SOF Special Warfare Operational Support Facility,
Naval Station, Guam and the COMNAVMARIANAS Facility, Guam. The
hyperbaric facilities at SOF Facility are composed of the following
systems and subsystems: (a). DV SUP BRIEF RM/SCUBA LOCKER, (b).
PRE/POST DIVE, (c). CHARGING ROOM, (d). COMPRESSOR ROOM, and (e). FLASK
ROOM. The project will consist of: provision of hyperbaric facilities
as described in the specifications; provision of the system manuals;
and submission of the design, fabrication & test documents. The
Government will furnish the following equipment (GFE): ten (10) Drager
Charging Fittings. For the COMNAVMARIANAS Facility, the systems and
subsystems are composed of the following: a). RECOMPRESSION CHAMBER,
(b) AIR SYSTEM, and (c). O2/SPECIALTY GAS SYSTEM. The project will
consist of: installation of PVHO and hyperbaric facilities as described
in the specifications; provision of systems manuals; and submission of
the design, fabrication & test documents. The Government will furnish
the following equipment (GFE): Recompression Chamber (RCF6500).
Hyperbaric facilities are life sensitive and must be designed and
installed by individuals with highly specialized training and
experience. Failure to adhere to the highest 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 the requirements may be cause for termination for default, and in
any event will be cause for the Government rejection of components. The
solicitation will be a Request for Proposals, whereby offerors will be
required to submit a technical proposal, a cost proposal, and past
performance information. 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, past performance, and other
non-price related factors. Response to the Request for Proposal will
be evaluated using price, past performance, and other non-price related
factors. The contract will be awarded with fixed-price provisions. The
tentative date of award is 12 July 99. Requests for the solicitation
may be mailed to Naval Facilities Engineering Command Contracts Office,
Washington Navy Yard (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.
Proposals should be submitted to the Naval Facilities Engineering
Command Contracts Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY,
Washington, DC 20374-5063.***** Posted 02/19/99 (W-SN300150). (0050) Loren Data Corp. http://www.ld.com (SYN# 0363 19990223\99-0002.SOL)
99 - Miscellaneous Index Page
|
|