Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2000 PSA #2716
SOLICITATIONS

Y -- C-2 WHARF IMPROVEMENTS (TWO-PHASE DESIGN/BUILD), NAVAL STATION, MAYPORT, FL

Notice Date
October 26, 2000
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-00-R-0433
Response Due
January 3, 2001
Point of Contact
Contract Specialist: Barbara Green, Code 0211BG. Contracting Officer: L. R. Fisk, Code 0211.
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED IN ORDER TO SEEK INTEREST FROM "SMALL BUSINESS" AND CERTIFIED "HUBZONE" BASIS INVITING FULL AND OPEN COMPETITION. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED. Interested Small Business and Certified HubZone Firms should notify this office in writing, Attn: Barbara Green, Code 0211BG of their interest in submitting a proposal on the project as prime contractor as early as possible but NO LATER THAN 08 NOVEMBER 2000. The C-2 Wharf Improvements will be provided through a design-build contract. The project consists of utility upgrades to Wharf C-2 to meet the requirements of supporting port visits by Nimitz class aircraft carriers. The existing utilities are currently sized/configured to support a conventional aircraft carrier. The project documentation requires upgrades to all dockside utilities, to include power, potable water, oily waste, sanitary sewer, saltwater, steam, fuel compressed air, and communications. The construction will have to be phased with special work restrictions in order to accommodate the Harbor Operations Department's on-going mission of supporting Naval Station Mayport's homeported ships as well as other visiting ships. The work will require specialized designers and constructors, who have demonstrated acceptable past performance on similar projects involving waterfront utility systems for large ships. In addition to the waterfront aspects, the electrical specialists will be required to provide a new primary feeder from the 26.4 kilovolt main substation located south of the main gate on Mayport Road to Wharf C-2. The voltage will then be transformed to 4160 volts for ship to shore connections. The Government will award a Two-Phase Design/Build contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be "BEST VALUE" to the Government, price and technical factors considered. This procurement will consist of Two (2) Phases. Phase I: Proposers will be evaluated on: FACTOR A Past Performance: (1)Design and (2)Construction; FACTOR B Technical Qualifications and Design; and FACTOR C Management Approach. The highest rated proposers, typically 3 to 5 (not to exceed five), will advance to Phase II. The Government will then request the Phase II proposals. Phase II Qualified Proposers will be evaluated on: FACTOR A Past Performance (same as Phase I unless conditions change); FACTOR B Technical Qualifications (same as Phase I unless conditions change); and FACTOR C -- Technical Solutions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. FOR SPECIFICATIONS: The Government intends to issue Phase I on the WEB only. Phase I will be issued on or about 29 November 2000. PHASE II WILL BE ISSUED AT A LATER DATE. Prospective Offerors MUST register themselves on the web site http://esol.navfac.navy.mil. The official planholders list will be maintained and can be printed from the web. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. For inquiries about Proposal Due Date or Number of Amendments; contact Shirley Shumer at 843/820-5923. Technical Inquiries prior to Proposal Due Date must be submitted in writing 15 days before Proposals are due to the address listed above, or faxed to 843/818-6877, Attn: Barbara Green, Code 0211BG. The NAICS Code is 23492: Power and Communication Transmission Line Construction. The Standard Size is $27,500,000.00. Estimated cost is between $5,400,000.00 and $6,000,000.00.
Record
Loren Data Corp. 20001030/YSOL007.HTM (W-300 SN5052I9)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on October 26, 2000 by Loren Data Corp. -- info@ld.com