Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6, 2001 PSA #2992
SOLICITATIONS

Z -- Z -- SYSTEM DESIGN AND REPLACEMENT OF EXISTING AIR COMPRESSORS, AIR DRYERS, AND COOLING WATER PUMPS

Notice Date
December 4, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
ZIP Code
98370-7570
Solicitation Number
N44255-02-R-0001
Response Due
January 23, 2002
Point of Contact
Mark Snell, Contract Specialist, Phone (360)396-0273, Fax (360)396-0850, Email snellmw@efanw.navfac.navy.mil -- Bonnie Stouffer, Contracting Officer, Phone 360-396-0266, Fax 360-396-0850, Email stoufferbe@efanw.navfac.navy.mil
Description
This modification supercedes the synopsis posted on 14 November 2001 and 19 November 2001. This request for proposal (RFP) includes providing all labor, materials, and equipment for the design and replacement of existing air compressors, air dryers, and cooling water pumps at three air compressor generation plants and incidental related work. The work shall be located at Naval Station Bremerton and Puget Sound Naval Shipyard, Bremerton, WA. This procurement is open to all business concerns. The North American Industry Classification Code is 234930. The related small business standard is $27.5 million. =20 This procurement will result in a firm-fixed price indefinite delivery, indefinite quantity contract. The contract will consist of a base year and two one-year option periods. The total not-to-exceed value for all years is $9,000,000. This project shall consist of three phases, with phase I to be awarded at time of award. The subsequent two phases shall be issued as individual delivery orders within the applicable option period. The minimum guarantee is $100,000. The estimated construction cost for each phase range from $1,000,000 to $3,000,000. Estimated start date for this contract is on or about 27 March 2002. This procurement will be design build (FAR 36.102). The first task order is comprised of Design for the entire project, Environmental Health & Safety Plans, and Construction Work in Building 900. Subsequent task orders for Construction Work in Building 923 and Building 818 will be awarded via negotiated task orders. Proposers will be evaluated on the following factors: I Technical Solutions, II Past Performance, III Company Experience, IV Key Project Personnel, V Subcontracting Experience, Achievement, and Goals, and VI Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. The solicitation will be provided for down load free of charge on or about 6 December 2001, via the Internet World Wide Web at http://esol.navfac.navy.mil/. Amendments and notices will be posted on the web site http://esol.navfac.navy.mil/ for downloading. This will be the only method of distributing the solicitation. It is the offeror?s responsibility to check the web site periodically for any amendments and notices to this solicitation. The official plan-holders list will be maintained and can be printed from the web site only. All prospective offerors and plan centers are encouraged to register as plan holders on the web site. Location and points of contact for site visits are identified in the solicitation. All qualified responsible sources may submit an offer that shall be considered by the agency. Estimated closing for Proposals is 14:00 local time, 23 January 2002. Bidders, if a Large Business, shall submit a subcontracting plan in accordance with FAR 52.219-9, SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2000), ALTERNATE I (OCT 2000).
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N44255/N44255-02-R-0001/listing.h tml)
Record
Loren Data Corp. 20011206/ZSOL018.HTM (D-338 SN5143S7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on December 4, 2001 by Loren Data Corp. -- info@ld.com