Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS

Z -- REPLACE TOWER ELEVATORS AND LIGHTS

Notice Date
June 14, 2001
Contracting Office
Pacific Division, NAVFACENGCOM (ACQ0242), Architect-Engineer/ Construction Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296
ZIP Code
96818-3296
Solicitation Number
N62742-00-R-1323
Point of Contact
Ms. Gail Matsumoto, Contract Specialist, Telephone No. (808) 474-8385
Description
Structural, Electrical, and Elevator Upgrades of 1500' VLV Radio Transmitter Tower elevator systems and lighting systems on Towers S-427 (East Tower), S-428 (West Tower), and replacement of ladder safety climbing rail on P-Tower, at the Naval Radio Transmitter Facility, Lualualei, Hawaii. Contractor will be required to demolish existing elevator to include the removal of all associated hardware (rails, car, cable restraining doors, counterweights, electrical components, etc.); provide new rack-in-pinion elevator/maintenance lift; remove and replace various structural bolts showing evidence of corrosion; demolish existing lighting system to include conduit, wiring, juction boxes and controllers; provide new lighting system meeting current FAA requirements (reuse existing light fixtures/beacons if feasible); provide miscellaneous repairs to eliminate OSHA deficiencies (opening chain, ladder opening rails at top of tower); address corrosion at riser band clamps (mechanically clean and repaint), etc. Existing elevators shall be replaced with a rack and pinion elevator driven by a combustion engine/hydraulic drive motor, as manufactured by Alimak (single source justified in accordance with FAR 6-302-1). Work shall be completed within two outage windows totaling 150 days. The first window will occur between June 11, 2002 and September 1, 2002. The second window will occur between October 12, 2002 and December 20, 2002. No work on the tower will be allowed between the two windows. Estimated cost range is between $1M and $5M. The NAICS Code for this procurement is 234990 and the annual size standard is $27.5 million. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the best value to the Government from a standpoint of the technical and price proposal, which are of equal importance. Technical evaluation factors are: (1) Past Performance/Past Experience of prime contractor; (2)Proposed Construction Management Team (key personnel) and Construction Management Plan; (3) Past Performance/Past Experience of Subcontractor; and (4) Small Business Utilization. The Request for Proposal (RFP), CD-ROM only, will be available on or about 2 July 2001 (closing date will be established based upon actual solicitation issue date) for a non-refundable charge of $67.92. Your request for purchase of the CD-ROM, if mailed, should be sent to: Defense Automated Printing Service, 1025 Quincy Avenue, Suite 200, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable to "SUPERINTENDENT OF DOCUMENTS". If using a company VISA, Mastercard, or Discover card you may fax your request to (808) 473-2604. Be sure to include the cardholder's name, account number, and expiration date in your request along with your company name, mailing address, telephone number, facsimile number, RFP No., and project title, and whether the solicitation will be picked up at the Contracting Office. Also indicate if you are prime, subcontractor, or supplier. Mark the front of the envelope with the RFP No. Allow at least ten days for mailing from the date your request is received. Companies wanting the RFP to be sent via air express service must furnish their express service air bill label with the recipient's name, telephone no., company name, address, company's account no., and type of delivery filled in. Failure to provide any of the above information, as indicated, may delay the processing of your request and is at no fault of the Government. Planholder's list will be available after the solicitation is issued and may be obtained at http://www.hawaii.wnbt.daps.mil/PACDIV/pacdiv.htm. Please note that the DAPS planholder's list may not be all inclusive. ANY REQUEST FOR SOLICITATION RECEIVED WITHIN 10 WORKING DAYS PRIOR TO THE CLOSING DATE WILL BE PROCESSED IN ACCORDANCE WITH THE ABOVE PROCEDURES. HOWEVER, THERE IS NO GUARANTEE THAT THE RECIPIENT WILL RECEIVE THE SOLICITATION PRIOR TO THE CLOSING DATE. AMENDMENTS WILL BE POSTED ON THE WEB SITE http://www.esol.navfac.navy.mil 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 THIS SOLICITATION. All interested offerors shall create an account at the website http://www.esol.navfac.navy.mil to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors. Potential offerors who wish to attend the site visit/pre-proposal conference shall provide the contract specialist, Gail Matsumoto with their representative's full name, social security number, date of birth, place of birth, and citizenship information via email at matsumotogn@pwcpearl.navy.mil.
Record
Loren Data Corp. 20010618/ZSOL015.HTM (W-165 SN50P036)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on June 14, 2001 by Loren Data Corp. -- info@ld.com