Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23, 2001 PSA #2794
SOLICITATIONS

Z -- REPLACE HIGH PRESSURE AIR TANKS AT THE NAVAL AIR WEAPONS STATION, CHINA LAKE, CA 93555-6100

Notice Date
February 21, 2001
Contracting Office
Officer in Charge of Construction, Naval Air Weapons Station, Bldg 978, Code 832000D, China Lake, California 93555-6100
ZIP Code
93555-6100
Solicitation Number
N68711-01-R-0409
Response Due
January 3, 2029
Point of Contact
Contact Michael Sullivan, Contract Specialist, at (760) 939-4086, V. McNeley, Contracting Officer
Description
PROCUREMENT NOTICE REPLACE HIGH PRESSURE AIR TANKS AT THE NAVAL AIR WEAPONS STATION, CHINA LAKE, CA The contractor will be required to furnish all labor, materials, tools, equipment, and supervision required to replace existing high pressure air tanks with two (2) 120 cubic foot high pressure (3000 PSI) air tanks. The work includes: providing stainless steel welded piping, valves, and fittings and a concrete pad; installation of epoxy coated steel tank saddles; and required contractor testing and inspection in accordance with the plans and specifications including cleanup and all incidental work complete and ready for use at the Naval Air Weapons Station, China Lake, CA. Performance time is 120 calendar days. Potential bidders should request IFB N68711-01-R-0409 over the Internet at http://www.esol.navfac.navy.mil as an Electronic Bid Solicitation (EBS). Plans and specifications will be available approximately 15 days after the Procurement Notice appears in the CBD. The tentative issue date is on or about 26 February 2001. This office anticipates that most of the administration of the contract will be via paperless transmissions. It is preferred that interested contractors have the capability to transmit and receive all actions required in the contract electronically. Notification of any possible changes to this solicitation (amendments) shall be made only on the Internet at the above WEB address. No deposit is required for this solicitation. This is not a public bid opening. This project is unrestricted. See the solicitation for the proper address for delivery of proposals. Proposals will be considered from all responsive, responsible, registered sources. The Government will make award to the responsible offeror submitting the lowest-priced technically acceptable proposal. The Past Performance and Technical factors when combined are of equal importance to price. FACTOR 1: Past Performance: The Government's past performance evaluation will include an assessment of satisfactory performance based on information received in the proposals pertaining to past performance. The evaluators will assess whether the proposals demonstrate that the contractor has obtained satisfactory past performance ratings to demonstrate the ability to accomplish the work specified under this contract. The effort will involve reviewing documentation provided by the offerors; contacting offeror provided customers and requesting information from references and other customers; and contacting additional customers known to the Government to validate and/or supplement information provided as part of the evaluation. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. Evaluators will assess each proposer's performance on existing and prior contracts that were of similar type, size, complexity, and value as the proposed project. Proposer's past performance information shall include a minimum of 2 completed projects within the last 3 years, of similar in size and complexity, which provided 120 cubic foot high pressure (3000 psi) air tanks installations of similar complexity and scope of the proposed project. If the high-pressure air tank installation was subcontracted, the subcontractor shall comply with this requirement. Proposals which do not show relevant past performance, or where no known past performance is found, will not be evaluated favorably or unfavorably on this Factor. The rating provided in this determination will be "Neutral." Offerors must submit information using the "Past Performance Documentation" provided. The information obtained must demonstrate the following: a. Timely response to correction of post acceptance (warranty) deficiencies. b. Satisfactory safety record and degree of commitment to safety. c. Overall customer satisfaction. FACTOR 2: Technical Subfactor 2.1: Management: Evaluators will determine whether the contractor's management personnel meet the minimum qualifications for this contract. The evaluators will base their determinations on the description of experience and qualification of personnel in a managerial or supervisory experience of CQC Manager and alternate(s). CQC Manager and alternate(s) must have a minimum of 10 years experience within the last 20 years, as a superintendent, inspector, QC Manager, project manager, or construction manager on similar size, type, complexity and value of the proposed project. Subfactor 2.2: Welding Staff: Evaluators will determine whether the contractor personnel proposed to perform welding functions on this contract meet the minimum requirement for this contract. The evaluators will base their determinations on the description of experience and qualifications, and information provided for the certified welder, and alternate certified welder, to be used on this project. The certified welder and alternate must have performed 2 projects within the last 3 years on welding stainless steel high pressure piping in projects of similar type, size, complexity and value of the proposed project. A copy of the certified welder's (and alternate) current certificate must be submitted with the contractor's proposal to be considered acceptable. FACTOR 3: Price: After all proposals have been evaluated to determine which are technically acceptable, award will be made to the responsible offeror submitting a technically acceptable proposal, with the lowest proposed price. Price proposal will be ranked by value such that the lowest, responsibly, reasonable proposal will be considered most favorable. ANY PROPOSAL WHICH DOES NOT MEET THE MINIMUM REQUIREMENT OF ANY ONE OR MORE OF THE ABOVE EVALUATION FACTOR CRITERIA, WILL NOT BE CONSIDERED FOR EVALUATION FOR AWARD. No paper copies will be available. The response time required by FAR 5.203 will begin on the date of issuance of the EBS solicitation. EBS solicitation packages may be acquired by registration and download at the Internet EBS Web Site. The preproposal conference will be on March 7, 2001 at 9:00 A.M. in the Resident Officer in Charge of Construction Conference Room in building 00978 on the Naval Air Weapons Station, China Lake, California. All prospective offerors must register as plan holders on the EBS Web Site for this project. Plan Centers are also required to register. Plan holders lists will not be mailed or faxed and will only be available at the EBS Web Site. The Official Plan Holders list will be maintained on and can be printed from the EBS Web Site. All requests on the Web Site must include (1) complete solicitation number and project title and (2) company name, point of contact, address, phone number, and e-mail address of the registering company. Each company must identify whether their firm is a small business, small disadvantaged business, or large business and if the firm is a woman-owned business. Contractors are required to register with the Central Contractor Registration (CCR) at http://www.ccr.dlsc.dla.mil. The SIC Code is 1711. The NAICS Code is 23511. The related small business standard is $17.5 Million. This is a Firm Fixed Price contract. The estimated cost range is between $100,000.00 and $250,000.00.
Record
Loren Data Corp. 20010223/ZSOL012.HTM (W-052 SN50E2O7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on February 21, 2001 by Loren Data Corp. -- info@ld.com