Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

Z -- Hangar Apron

Notice Date
7/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, ROICC Fallon, Naval Air Station Building 307, 2nd Floor, Fallon, NV, 89496-5000
 
ZIP Code
89496-5000
 
Solicitation Number
N44255-02-B-6017
 
Response Due
8/19/2002
 
Archive Date
9/3/2002
 
Point of Contact
Belinda Bratcher, Contracting Officer, Phone 775-426-2926, Fax 775-426-3205, - Elie Stowe, Contracting Officer, Phone (775) 426-2665, Fax (775) 426-3205,
 
E-Mail Address
BratcherBL@efanw.navfac.navy.mil, stoweef@efanw.navfac.navy.mil
 
Description
This invitation for bid (IFB) includes providing all labor, materials, and equipment for overlaying the entire area of Hangar #7 Apron with Portland Cement Concrete (PCC). The work shall be located at Naval Air Station Fallon, Nevada. The subject project will overlay the entire area of Apron #7, 107,750 square meters, with PCC 15 cm (6 inches) thick. The existing construction is 12.7 cm (5 inches) thick of steel fiber reinforced concrete with a 2.5 cm (1 inch) thick asphalt concrete bond breaker over 22.5 cm (9 inches) of PCC on 10.1 cm (4 inches) of crushed rock base. The existing apron lighting and paint striping will be replaced as required on the contract drawings. Aircraft mooring points will be replaced where required in the contract drawings. Due to the requirement of maintaining aircraft parking spaces on the apron, the construction will be required to be accomplished in phases with one phase being completed prior to beginning the follow-on phase. The phases are outlined in the contract documents. Some concrete demolition will be required. This procurement is unrestricted and full and open to all business concerns. The North American Industry Classification Code is 234110. The related small business standard is $28.5 million. This procurement will result in a firm-fixed price contract. The estimated price range is between $5,000,000 and $10,000,000. Estimated start date for this contract is on or about 3 September 2002. The estimated period of performance after notice to proceed is 235 calendar days. Contractors must be registered in the Centralized Contractor Registration in order to receive a contract award from any DOD activity. Contractors may access the CCR and register at http://www.ccr.2000.com. Ensure DUNS number and Cage Code are provided with the bid. To receive your DUNS number call 1-800-333-0505. The solicitation will be provided for down load free of charge on or about 18 July 2002, 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 offerors 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. E-mails are distributed utilizing the plan holders list. Location and points of contact for site visits are to be identified in the solicitation. All qualified responsible sources may submit a bid that shall be considered by the agency. Bidders must submit sealed bids to be opened at the Public Bid Opening which will be on or about 19 August 2002 at 14:00 local time at the ROICC Field Office, Naval Air Station Fallon. After bids are publicly opened, an award will be made with reasonable promptness to that responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and price related factors included in the invitation. 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). For inquiries please contact Belinda Bratcher at bratcherbl@efanw.navfac.navy.mil, 775-426-2926 or Elie Stowe at stoweef@efanw.navfac.navy.mil, 775-426-2665.
 
Place of Performance
Address: Naval Facilities Engineering Command, Engineering Field Activity Northwest, Naval Air Station Fallon, ROICC Field Office, 4755 Pasture Road, Bldg. 307, 2nd FL,
Zip Code: 89496-5000
Country: U.S.A.
 
Record
SN00110932-W 20020705/020704052648 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.