Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

Y -- Rotor Blade Processing Facility, located at Corpus Christi Army Depot.

Notice Date
11/19/2008
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945009R0754
 
Response Due
12/5/2008
 
Archive Date
1/5/2009
 
Point of Contact
Maria Judy Jensen 904-542-6959
 
Small Business Set-Aside
N/A
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. The Government anticipates awarding a Firm Fixed Price Construction Contract for P-3654 for Rotor Blade Processing Facility, located at Corpus Christi Army Depot, (CCAD) Naval Air Station (NAS) Corpus Christi TX. The NAICS Code for this Request for Proposal is 236210 Industrial Building Construction. The Size Standard is $33,500,000. The work consist of design and construction of an addition to existing Building 49, Rotor Blade Repair Facility. The addition will be a minimum of 46,730 square feet in size, to a potential maximum of 61,980 square feet in size. Upon issuance of the project the proposer will be required to submit Bid Bond in the amount of 20% of the offeror's total bid price for the project or $3,000,000 whichever is less. The estimated cost for this construction project is between $9,000,000 and $15,000,000. The estimated contract completio! n date is 630 calendar days from date of contract award. The Government will award a Firm Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation and considered to be the BEST VALUE to the Government, price and technical factors considered. This procurement will consist of a Single Phase Request for Proposal (RFP). Proposers will be evaluated on FACTOR A-CORPORATE EXPERIENCE; FACTOR B- PAST PERFORMANCE; FACTOR C-TECHNICAL SOLUTION; FACTOR D- MANAGEMENT APPROACH AND FACTOR E-SMALL BUSINESS UTILIZATION. PROJECT DESCRIPTION: P-3654 Rotor Blade Processing Facility, CCAD, NAS Corpus Christi, Texas. This project includes the design and construction of an addition to existing Building 49, Rotor Blade Repair Facility. The addition will be a minimum of 46,730 square feet in size, to a potential maximum of 61,980 square feet in size. The project will accommodate production requirements for composite rotor blades of military helicopters. Existing Building 49 is located at the northeast corner of 4th Street and Gettysburg Avenue. The addition will be constructed on the east side of Building 49, extending approximately 215 feet to the east and 345 feet to the north. Clear ceiling height shall be a minimum of 22 feet. The project also includes refurbishment of the existing Rotor Blade Repair Facility. The project shall include, but is not limited to, the following: environmentally controlled Heating Ventilating Air Conditioning (HVAC) system (clean rooms); a communication/dat! a system; an Utility Monitoring and Control System (UMCS); a fire protection and alarm system; bridge crane systems; ovens and process exhaust fans; paint booths; adhesives laboratory; hazardous material dispensing room; large walk-in freezers for material storage; paint booths; and shower/locker rooms. Supporting facilities include: electric service, water, sewer, gas, fire protection, storm drainage, sidewalks, curbs and gutters, and site improvements. Accessibility for individuals with disabilities is required. Special foundations will be required due to the soil conditions. An exterior masonry wall in Building 49 will require demolition to accommodate a 12 foot hallway where the addition connects to the existing building. The addition will comply with anti-terrorism/force protection (ATFP) standards, UFC4-010-01 latest edition. The addition will incorporate sustainable design features and achieve Leadership in Energy and Environmental Design (LEED) Silver certifiabl! e status. Design, procurement and installation of equipment is included. 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 processes 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 EVALUATE 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 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. FOR SPECIFICATIONS: The Government intends to issue this solicitation only on the Navy's WEBSITE in approximately 15 calendar days from the date of this pre-solicitation notice. THE ENTIRE SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING IN ELECRONIC FORMAT ONLY. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://neco.navy.mil upon issuance and the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov approximately around 05 December 2008. No hard copies will be provided. Prospective Offerors MUST and should immediately register on the web site. Amendments will be posted on the web site. This will be the only method of distributing amendments at this time; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Plan holders list will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above. Offeror's ! must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Technical inquiries must be submitted in writing at least 15 days prior to the closing of the proposals and submitted to maria.jensen@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6de148aa643824f02a43fd70f0e47248&tab=core&_cview=1)
 
Record
SN01707009-W 20081121/081119215110-6de148aa643824f02a43fd70f0e47248 (fbodaily.com)
 
Source
FedBizOpps 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.