Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2013 FBO #4236
DOCUMENT

Y -- Design Bid Build Contract - P907 Aircraft Parking Apron Expansion Souda Bay, Crete, Greece - Attachment

Notice Date
6/28/2013
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247013R3019
 
Point of Contact
Heather L. Race 757-322-8103 Heather L. Race 757-322-8103 Main Point of Contact Heather L. Race 757-322-8103 heather.race@navy.mil. Alternate Point of Contact Lisa Sumpter 757-322-4083 lisa.sumpter@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS PROCUREMENT WILL BE SOLICITED ON AN UNRESTRICTED BASIS. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 15 JULY 2013. Naval Facilities Engineering Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Firm Fixed Price contract for construction of Aircraft Parking Apron Expansion, Naval Support Activity (NSA) Souda Bay, Crete, Greece. This will be a full and open competitive procurement. The scope of work consists of the following: The apron expansion is intended to provide additional aircraft parking spaces for five wide body (C-17) aircraft. The apron expansion is located directly south of the existing aircraft parking apron and contiguous to the primary (northern) taxiway supporting a roll on/roll off design. Apron/taxiway aircraft travel way lighting is included in the project. The apron is constructed of concrete pavement (56,109m2) with asphalt shoulders (9,924m2). In order to construct the apron expansion the contractor must construct a new fuel filter system/pad and remove the existing fuel filter system/pad. The proposed location of the fuel filter system/pad is south of the existing ready issue fuel farm and adjacent to the existing truck fill stand containment structure. The existing fuel filter system capacity is up to 75.8L/s (1200gpm). The contractor must also construct new fuel piping between the existing fuel filter system/pad and the proposed location. The contractor must construct a new Liquid Oxygen (LOX) facility and concrete pads for the relocation of existing Ready Service Lockers (RSLs) in order to construct the apron expansion. The contractor will then demolish the existing LOX facility and RSL pads in order to construct the apron expansion. The RSL metal containers will be relocated by the Government. The new LOX facility is located on the west side of the western taxiway loop between the storm drainage ditch and the clearance line for the primary (northern) taxiway. Two of the three new RSL pads are located adjacent to the proposed LOX facility and one is located adjacent to the CALA. The LOX Facility consists of a concrete pad, canopy cover, chain link fencing and an asphalt access drive. The RSLs are located adjacent to the access drive to the new LOX Facility. The project also includes the construction of a Combat Aircraft Loading Area (CALA) located at the east end of the primary (northern) taxiway. The CALA pad is sized to serve up to and include the C17 aircraft. The apron is concrete pavement (9,050m2) with asphalt shoulders (2,450m2). The work also includes an asphalt pavement overlay of the existing asphalt pavement overrun (10,049m2) from the end of the taxiway to the proposed CALA location. The contractor will extend the taxiway lighting from the end of the existing taxiway to the proposed CALA location; this work also includes removal and replacement of the asphalt pavement along the edge of the overrun to provide the lighting. Lighting of the apron expansion and CALA areas is included in the construction. Construction includes the extension of the stormwater drainage system thru the proposed apron expansion. The project will also include the following Bid Options: 4 Fuel Hydrants “ The option converts the aircraft direct fuel system to a pressurized hydrant fueling system. The hydrant system requires additional pressure sensors, transmitters and piping modifications in the existing filter building. The option also includes providing a towable panagraph. Expansion of Concrete Apron “ Provide concrete airfield pavement (9,788m2) in lieu of asphalt maintenance pavement between the south side of the existing apron and north side of the proposed apron. 1 Fuel Hydrant “ Provide one additional Fuel Hydrant to increase the capacity to five. The period of performance is anticipated to be approximately 650 calendar days after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The magnitude of construction is between $10,000,000 and $20,000,000 (USD). This contract will require a Performance Bond pursuant to FAR 52.228-15, through an approved surety under the United States Treasury Department Circular 570. Based on the feasibility of a contractor furnishing a Performance Bond, offerors may provide a 10% Performance Guarantee, in accordance with NFAS 5252.228-9306, in lieu of a Performance Bond. The Request for Proposals (RFP) will be available for viewing and downloading on or about July 15, 2013. The proposal due date will be on or about August 16, 2013, 2:00 p.m. Eastern Daylight Savings Time North America. The solicitation will be formatted as an RFP in accordance with the requirements designated by Federal Acquisition Regulation (FAR) 15.203 for a negotiated procurement utilizing procedures of FAR 36.2. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Corporate Experience, Past Performance, and Safety. A site visit to NSA Souda Bay will be available for this procurement during the solicitation. Due to geographic location of this site, it is recommended that interested firms make pre-arrangements for travel (immunizations, etc), base access and any other necessary requirements for overseas travel, as the solicitation will be limited to 30 days. The anticipated date for the site visit will be approximately 14 days after the solicitation has been posted to NECO. The Government intends to issue the RFP through the Internet at www.neco.navy.mil. All prospective offerors MUST register themselves on the website. All prospective offerors are encouraged to attempt download from the website prior to obtaining the solicitation from alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder ™s list off the Internet, if necessary. The official plan holder ™s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. IMPORTANT NOTICE: All potential offerors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM). The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The SAM website can be accessed at www.sam.gov. Reference is made to FARS Clause 52.204-99 (DEV), System for Award Management Registration (August 2012) (DEVIATION). You are encouraged to register as soon as possible. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis, please contact Heather Race at heather.race@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013R3019/listing.html)
 
Document(s)
Attachment
 
File Name: N6247013R3019_Pre-Solicitation_Final_6_28_2013.doc (https://www.neco.navy.mil/synopsis_file/N6247013R3019_Pre-Solicitation_Final_6_28_2013.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247013R3019_Pre-Solicitation_Final_6_28_2013.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03103836-W 20130630/130628235845-9cf5f06678bcc5d964f0cd942ce54aa7 (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.