SOLICITATION NOTICE
Y -- REPLACE PIER, SAN CLEMENT ISLAND, NAVAL AIR STATION NORTH ISLAND, CORONADO, CALIFORNIA
- Notice Date
- 9/24/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Southbay Area Focus Team, Attn: 5S02 2585 Callagan Highway, San Diego, CA, 92136-5198
- ZIP Code
- 92136-5198
- Solicitation Number
- N68711-02-R-5419
- Point of Contact
- Steven Miliner, Contracting Officer , Phone (619) 556-8932, Fax (619) 556-8929, - Tina Collins, Contract Specialist, Phone (619) 556-7321, Fax (619) 556-8929,
- E-Mail Address
-
miliners@efdsw.navfac.navy.mil, collinstm@efdsw.navfac.navy.mil
- Description
- SYNOPSIS: P-137 REPLACE PIER, SAN CLEMENT, CALIFORNIA This is a presolicitation notice for N68711-02-R-5419. This is a firm fixed price design-build construction contract. The work includes construction of a new berthing pier, 128 meters long by 6.1 meters wide, with a 16.8 meter wide turn around at the head of the pier. The pier shall have a deck structure with a support structure designed to support the mooring loads and the berthing of a cargo barge and research vessel. The project includes the installation of new utilities on the pier, demolition of the existing pier and portions of the existing paving, and incidental related work. Project will include, but is not limited to, construction of a new pier, with a deck structure, including curbs and bases and incidentals, new fendering system on the pier, new pier utilities, including fire service, potable water lines, and pier electrical and lighting, demolition of the existing pier, portions of the paving and removal of underwater debris, and incidental related work.--Estimated cost is less than $5,000,000. Contract duration is 390 calendar days.--This proposed contract is unrestricted.--This is not a public bid opening.--North American Industry Classification System (NAIC) is 234990 and the annual size standard is $27,500,000.--The Government will award a two-phase design/build contract to the responsible offeror who provides a "Best Value" proposal. The procurement will consist of two (2) phases. Phase One proposers will be evaluated based on Factors (1) Past Performance and (2) Technical Qualifications and Experience. The highest rated proposers (not to exceed three) will advance to Phase Two. The Qualified proposers will be evaluated on Factor (3) Project Technical Approach, (4) Draft Quality Control (QC) Plan (5) Proposed Subcontracting Effort, and (6) price. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted on the most favorable terms. Firms submitting technical and price proposals will not be compensated for specifications or documentation for specifications.--Phase One will be issued on or about 8 October 2002 and the due date is 8 November 2002. Offerors must register on the Internet at http://esol.navfac.navy.mil. Hard copies will not be available.--Phase Two will be issued at a later date.-- A pre-proposal conference will be held on 15 October 2002 at 0900hrs at the Welcome Center (Bldg. 3544), Naval Station and an Industry Brief of the technical requirements of the specification and drawings will follow the conference.--All amendments to the solicitation will be posted on the Internet. Prospective offerors will be responsible for checking the website for any posted changes. Technical Inquiries must be submitted in writing 15 days before proposals are due to South Bay Area Focus Team Attn: Steve Miliner Code 5S02.SM, 2585 Callagan Highway Building 99, Naval Station San Diego, San Diego, California 92136-5198 or faxed to (619) 556-8929 Attn: Steve Miliner Code 5S02.SM.--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 a contract. To obtain information or register via the Internet, the address is http://ccr.edi.disa.mil.
- Place of Performance
- Address: San Clemente Island, CA,
- Country: US
- Country: US
- Record
- SN00174868-W 20020926/020924213712 (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 |