Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

Y -- P217 AIRCRAFT LOGISTICS APRON, P932 TAXIWAY ENHANCEMENT, CAMP LEMONNIER, DJIBOUTI, AFRICA

Notice Date
3/9/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
 
ZIP Code
00000
 
Solicitation Number
N3319112R0406
 
Point of Contact
Sean Duffy +39 081-568-7739 Sean M. Duffy
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA) intends to issue a Request for Proposals (RFP) for a firm fixed-price construction contract for Camp Lemonnier Djibouti (CLDJ) FY12 MILCON Projects. The anticipated requirement will be issued under Solicitation N33191-12-R-0406 and will be structured with the following base Contract Line Item Numbers (CLINs): CLIN 0001: MILCON Project “ P217 Aircraft Logistics Apron: Provide all labor, management, supervision, tools, materials, and equipment necessary to expand the Enduring Apron and allow parking for two C-5 Galaxy aircraft, including the construction of a 56,297 square meter (605,976 s.f.) Portland Cement Concrete (PCC) aircraft apron, supporting hot mix asphalt (HMA) taxiways, shoulders, airfield marking, and storm drainage. CLIN 0002: MILCON Project “ P932 Taxiway Enhancement: Provide all labor, management, supervision, tools, materials, site work and provisions to extend and widen Taxiways Echo, Bravo and Delta, reconfigure the aircraft parking arrangement to comply with airfield criteria for CH-53 and P-3 aircraft, install new airfield lighting, install drainage structures, strengthen unpaved shoulders, and provide permanent dust control measures. Also included is the demolition of existing taxiway shoulders, and milling and re-profiling work on Taxiway Bravo and Delta, as well as the demolition of the existing Liquid Oxygen (LOX) canopy and aircraft ground equipment (AGE) parking lot. Construct a new LOX canopy and ground support equipment (GSE) parking lot adjacent to the southwestern corner of the CLIN 0001 “ P217 Aircraft Logistics Apron site. CLIN 0003 Option Item No. 1: Provide all labor, management, supervision, tools, materials, and equipment necessary to upgrade/repair P3 parking pads by providing for a new 36 meter by 190 meter Portland Cement Concrete parking pad north of the existing pads at the Freedom Apron, and the demolition and patching of a storm drainage line while providing for pavement markings within the construction limits of this project CLIN 0004 Option Item No. 2: Provide all work necessary to connect the overhead mast lighting completely and in accordance with drawings and specifications for CLIN 0001: P-217 Aircraft Logistics Apron. CLIN 0005 Option Item No. 3: Provide all work necessary to connect the fire protection hydrants and water distribution lines completely and in accordance with drawings and specifications for P-217: Aircraft Logistics Apron. CLIN 0006 Option Item No. 4: Provide all work shown on sheet C-701 in accordance with drawings and specifications for CLIN 0001 P-217: Aircraft Logistics Apron. This requirement will be solicited as a Request for Proposal (RFP) using competitive negotiation procedures under FAR Part 15 under the North American Industry Classification System (NAICS) Code 236220. In accordance with FAR 36.204 and DFARS 236.204, the estimated price for the CLDJ FY12 MILCON Projects is between $25,000,000 and $100,000,000. The estimated ranges for each project are as follows: CLIN/Project No. Est. Cost Range 0001/P217 $25M - $100M 0002/P932 $5M - $10M 0003/Option 1 $1M - $5M 0004/Option 2 $1M - $5M 0005/Option 3 $100 - $250K 0006/Option 4 $1M - $5M The Government intends to award one (1) firm fixed-price construction contract. Award will be made to the responsible offeror whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in selection of the Best Value offeror, price and other factors considered. The solicitation is expected to be posted to European Navy Electronic Commerce Online (EuroNECO) not sooner than 26 March 2012. A printed copy will not be generated nor distributed. Proposals will be expected on or about 10 May 2012, at 1400 Central European Time (CET). All dates are tentative and are subject to change. The Government intends to post all notices/amendments related to this solicitation on the EuroNECO website at https://euro.neco.navy.mil. All documents published in EuroNECO will be transmitted to the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and Federal Business Opportunities at www.fbo.gov. All interested firms must be registered on the EuroNECO, NECO, or FBO web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the offeror to check the website daily for any updates/amendments. Prospective offerors will have access to the solicitation at the EuroNECO/NECO/FBO web sites by searching for solicitation number N3319112R00406 (no hyphens). Offerors are encouraged to check the EuroNECO/NECO/FBO frequently in order to be notified of any changes to this solicitation. If you register for this solicitation, you will receive a courtesy e-mail notifying you of all amendments for this solicitation that are posted on the website. Registration for this solicitation, however, does not release the offeror from the responsibility of checking the solicitation daily for amendments. All offerors must be registered in the Central Contractor Registration (CCR) www.ccr.gov to be considered for award of any United States of America Department of Defense contract. In order to register in CCR, proposers must have a Dun and Bradstreet Number (DUNS) from http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental Entity (NCAGE) code (foreign firms) from http://www.dlis.dla.mil/Forms/Form_AC135.asp. The CCR requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective proposers to begin the CCR registration process as early as possible. The point-of-contact for this Pre-Solicitation Notice is Sean M. Duffy. E-mail: Sean.Duffy@eu.navy.mil. Telephone: +39-081-568-7739.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319112R0406/listing.html)
 
Record
SN02693793-W 20120311/120309235907-3fb8357961fd79bde3b39ff9b31475bb (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.