SOLICITATION NOTICE
Y -- SECURITY UPGRADE FENCING AND PERIMETER ROADS AT NAVAL AIR STATION, LEMOORE, CALIFORNIA
- Notice Date
- 5/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, West, 2001 Junipero Serra Blvd. Suite 600, Daly City, CA, 94014-1976
- ZIP Code
- 94014-1976
- Solicitation Number
- N62474-03-R-4041
- Response Due
- 6/23/2003
- Archive Date
- 7/8/2003
- Point of Contact
- Albert Lawrence, Contracting Officer, Phone 650-746-7474, Fax 650-746-7480,
- E-Mail Address
-
lawrenceat@efawest.navfac.navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- This new solicitation replaces the solicitation previously posted on 16 December 2002 under solicitation number N62474-02-R-0025. The intent of this solicitation is to contract with an 8(a) firm to provide all labor, material, and equipment to install fencing around major portions of the Operations and Administration Areas of Naval Air Station, Lemoore, California. The project includes the design/build of approximately 77,500 linear feet of perimeter security fencing and approximately 37,000 linear feet of decomposed granite road with multiple gates and one tower gate and some electrical work in the Operations Area. Installation of conduits and conductors for intrusion detection systems (IDS) is required at various locations to be defined by the Naval Criminal Investigative Service (NCIS), who will design and supply hardware for the IDS. The proposed procurement shall be issued as a Firm-Fixed-Price contract. This procurement is restricted to 8(a) participation, and the 8(a) certified firm must be from the San Francisco or Fresno District offices. If your firm is planning to joint venture with another firm, your SBA-approved joint venture agreement MUST be submitted with your proposal. Please include your SBA-approved joint venture agreement as part of your Price Proposal. The estimated cost range is between $5,000,000 and $10,000,000. All sources shall have the ability to acquire bonding as required. The construction contract will be awarded using competitive negotiation procedures and will be based on best value to the Government. The trade-off process and the following criteria, outlined in the solicitation, will be used to evaluate proposals: (1) Past Performance; (2) Corporate and Key Personnel Experience; (3) Best Life Cycle Design; (4) Contract Schedule (Construction and Design). The North American Industry Classification System (NAICs) code is 237310, and the related small business size standard is $28,500,000. THE GOVERNMENT WILL ISSUE THIS SOLICITATION THROUGH THE INTERNET. Plans and specifications will not be directly provided in a paper hard copy format or via CD-ROMS. Notification of any changes to this solicitation will be made ONLY on the Internet site. It is, therefore, the prospective offeror?s responsibility to check the below listed Internet site daily for any posted changes in this solicitation, plans and specifications which will be available on or about 22 May 2003. Download from the Internet is free of charge. The URL address from the Internet for downloading this solicitation is http://esol.navfac.navy.mil. Pre-proposal inquiries must be submitted via E-mail to Albert Lawrence at lawrenceat@efawest.navfac.navy.mil.
- Place of Performance
- Address: Naval Air Station, 773 Franklin Avenue, Lemoore, CA
- Zip Code: 93246
- Country: USA
- Record
- SN00321458-W 20030511/030509213751 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |