|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1999 PSA#2450Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Z -- EXPLOSIVE HANDLING WHARF #1(EHW-1), NAVAL SUBMARINE BASE, KINGS
BAY, GA SOL N62467-00-R-0253 DUE 120799 POC Contract Specialist:
Barbara Green, Code 0211BG. Contracting Officer: L. R. Fisk, Code 0211.
THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS
INVITING FULL AND OPEN COMPETITION. The work involves corrosion control
of an existing steel structure, Explosive Handling Wharf #1(EHW-1) at
Naval Submarine Base, Kings Bay, GA. EHW-1 is a partially enclosed
metal clad structure composed of structural steel members and a
concrete wharf deck system supported on concrete piers. It is
approximately 230 feet wide, 500 feet long, and, at its pinnacle, is
161 feet above the water. The facility is a slip for mooring a TRIDENT
submarine and includes a two story wharf administration building. The
structural steel system is currently epoxy-coated. The work includes
removal of the existing coating system and application of a new epoxy
coating system for long-term corrosion protection of the facility. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose proposal conforming to the solicitation
will be the "BEST VALUE" to the Government based on price and technical
factors which are of equal significance. Technical factors are also of
equal significance as follows: Factor A Past Performance; Factor B
Small Business Subcontracting; Factor C Technical Qualifications;
Factor D Technical Approach. Also, the Government intends to issue this
solicitation through the use of CD ROM and the Internet instead of
paper format. The entire solicitation will be placed on compact disk
(CD ROM) and will be provided free of charge. Offerors must register
themselves on the Internet at http://www.efdsouth.navfac.navy.mil/eb/
to automatically receive one copy of the CD ROM. As-built plans and
specifications are also on the Internet for viewing and downloading.
The official plan holders list will be maintained and can be printed
from the web site. Amendments will be posted on the web site for
downloading. This will normally be the only method of distributing
amendments; therefore IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE
WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THISSOLICITATION. The
estimated construction cost for this project is between $3,000,000 and
$4,000,000. The period available for the work to be accomplished is
Dec 99 to Aug 00.For inquiries about RFP Closing Date or Number of
Amendments; contact Shirley Shumer at (843)820-5923. Technical
Inquiries prior to RFP Closing must be submitted before RFP Closing to
the address listed above, or faxed to (843)820-5853, Attn: Barbara
Green, Code 0211BG. Ms. Green can be emailed at
greenbj@efdsouth.navfac.navy.mil. The SIC Code is 1541: General
Contractors Industrial Buildings and Warehouses. The size standard is
$17,000,000.00. Due to mission fast-tracking requirements, it is
requested that offerors submit past performance and technical
qualifications for Government evaluation by 4 PM Oct 19, 99. An
advisory notification will be provided to each offeror, advising them
of their technical acceptability on those factors while the remaining
technical submission requirements are being developed by the
Government. The specialized project requirements for this solicitation
are the following: (1)Certification to SSPC-QP1 standards,
(2)Environemental containment of coating debris, (3)Epoxy coating of
steel structures at working heights greater than 100 feet over water,
and (4)Special temperature and humidity control applicable to
preparation, application and curing of epoxy coating systems. Initial
Submission Requirements: (1) Past Performance: Submit past performance
information on up to three relatively recent projects that best
demonstrates construction performance on work that is similar in scope,
size and complexity to that described in the Specialized Project
Requirements stated above. Specifically identify manufacturer and type
of coating system utilized. (2) Technical Qualifications: Submit
proposed key personnel staffing to include, but not limited to, the
Project Manager, Project Superintendent, and Quality Control Manager
that demonstrates technical qualifications required to perform work
similar to that described in the Specialized Project Requirements
stated above. Additional submission requirements will be addressed at
a later date. For technical inquiries prior to receipt of proposals,
FAX 843/820-5853 Attn: Barbara Green, Code 0211BG. Submit All
Requirements to: Commanding Officer, Southern Division, Naval
Facilities Engineering Command, Attn: Barbara Green, Code 0211BG,
Solicitation No.: N62467-00-R-0253, P. O. Box 190010, North Charleston,
SC 29419-9010 (For Federal Express: Commanding Officer, Southern
Division, Naval Facilities Engineering Command, Attn: Barbara Green,
Code 0211BG, Solicitation No.: N62467-00-R-0253, 2155 Eagle Drive,
North Charleston, SC 29406. Please ensure that the outside of your
package (including FedEx)is clearly indicated (1)Attn: Barbara Green,
Code 0211BG, and (2)Solicitation No.: N62467-00-R-0253. It is
imperative this information be on the outside of your package.) Posted
10/05/99 (W-SN388794). (0278) Loren Data Corp. http://www.ld.com (SYN# 0096 19991007\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|