COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645 SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- CONSTRUCT MARINE MAMMAL FACILITIES, VSW MCM DETACHMENT AT NAVAL
AMPHIBIOUS BASE, CORONADO, CA SOL N68711-99-R-6312 DUE 090500 POC
Cynthia Y. Urias, Contract Specialist (619) 556-9569, Janet A. Buyson,
Contracting Officer (619) 556-8251 WEB: Southwest Division Naval
Facilities Engineering Command, http://www.esol.navfac.navy.mil.
E-MAIL: Click here to contact the Contract Specialist via,
Uriascy@efdsw.navfac.navy.mil. DESC: This project is a firm fixed price
Construction Contract. Subject to availability of funds. Construct
facilities for Marine Mammal Systems Platoon for Very Shallow Water
Mine Countermeasures (VSW MCM) Detachment at the Naval Amphibious Base,
Coronado, CA. The proposed construction will be at three areas at NAB
(Pier 2, Marine Mammal System Compound, and Pier 3). Pier 2
construction consists of installation of GFE: four (4) 30 ft X 30 ft
mammal pens plus nets and one (1) 30 ft X 60 ft mammal pen plus nets
(NE side of pier); a landing; davit crane; floating dock with brow to
access pens; floating maintenance/security building; repair or
replacement of existing floating dock at end of pier; lighting,
telephone and electrical service. Pier 3 construction consists of a new
50-ft X 6-ft floating dock (SW corner) with brow, landing and lighting.
The Marine Mammal Systems (MMS) compound would be located at the foot
of pier 2 and immediately west of building 327. Construction at the MMS
compound would consist of two (2) concrete pool slabs (23 ft X 25 ft)
sloped to a catch basin, with required pumps, salt water piping,
installation of two (2) GFE pools, load/unload area (20 ft X 46 ft)
sewer connection and utility connections. A 432 square foot masonry
building with fish preparation area, walk in freezer, sewer connection,
security fencing, and lighting would also be constructed. Includes any
incidental related work, complete and ready for use. Estimated cost is
between $1,000,000 and $5,000,000. -- Contract is to be awarded to the
responsible offeror who provides the "Best Value Proposal" using
Source Selection procedures. The Proposal will be evaluated against the
following evaluation factors: (1) Past Performance, (2) Technical
Expertise, and (3) Price. See Solicitation for more details. -- A Site
visit and preproposal conference is tentatively scheduled for 14
August 2000. The Site visit will be held at 9:00 A.M. and the
Conference will be held at 10:00 A.M. or at the conclusion of the site
visit. Time and place will be identified in the Request for Proposal.
Participants must reserve seating (5) days in advance by contacting
Cynthia Urias at (619) 556-9569 or Email Uriascy@efdsw.navfac.navy.mil.-- This is not a public bid opening. Procurement is unrestricted. The
Standard Industrial Code is 1542 and the annual size standard id
$17,000,000. Contract duration is approximately 180 calendar days.
Solicitation will be limited to electronic medium and will be available
on or about 03 August 2000 at http://esol.navfac.navy.mil. Hard copies
will not be available. All amendments to the solicitation will be
posted on the Internet. Prospective offerors will be responsible for
checking the website for any posted changes. The official plan holders
list will be maintained and can be printed from the website. In
accordance with; DFARS 252.204-7004 all firms must be registered with
the Central Contractors Registration (CCR) prior to any award of
contract. To obtain information or register via the Internet at
http://ccr.edi.disa.mil. Posted 07/17/00 (W-SN475532). (0199) Loren Data Corp. http://www.ld.com (SYN# 0142 20000719\Y-0020.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on July 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|