Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2003 FBO #0562
SOLICITATION NOTICE

Y -- Repair Non-Compliant Airfield Lighting Pope AFB, North Carolina

Notice Date
6/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah - Military, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0049
 
Response Due
6/30/2003
 
Archive Date
8/29/2003
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SIC Code: 1542 ** NAIC: 236220 ** FSC Code: Y199 ** Technical Questions: Mr. Craig Harrell, (912)652-5150 (craig.l.harrell@sas02.usace.army.mil)** Contractual Questions: Sandy Meyers, (912)652-5324 (sandra.b.meyers@sas02.usace.army.mil) ** NOTE: Any p rospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/. Contractors may view and/or download this solicitation and all amendments from the Internet af ter solicitation issuance. Paper copies of this solicitation will not be available. Description of Work: Construction repairs to the Pope AFB airfield lighting system and associated pavements. The items of work include: 1) Replace elevated approach li ght system with new frangible supports and corrected layout spacing; 2) Adjust placement of runway edge lights to within 5-feet of runway pavement edge; 3) Replace Precision Approach Path Indicator (PAPI) light; 4) Install new security lights for Yellow Ramp; 5) Replace security lighting on Green Ramp; 6) Repair existing Crouse Hinds lighting control components in the lighting vault; 7) Relocate existing airfield beacon from air traffic control tower to a freestanding pole; 8) Pave existing seven gra ssed islands (approx. 100-ft x 200-ft) along Taxiway Alpha with asphalt pavement rated for aircraft traffic; 9) Relocate existing traffic warning lights to a designated location outside the runway clear-zone; 10) Replace traffic lights at Reilly and Manc hester Street. The project will be solicited and procured using a Low Price Technically Acceptable (LPTA) Request for Proposal (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, Lowest Price Technically Acceptable Source Selecti on Process. Proposals will be evaluated against criteria stated in the RFP on a best value basis. The factors identified have been chosen to screen out high-risk proposals. High-risk proposals are those who have not demonstrated ability to perform work on airfield paving and mission critical airfield lighting systems on an operational airfield. The factors are: 1) Offerors Past Performance Information. A sample Past Performance Evaluation Questionnaire will be included in the Request for Proposal. Su b-factors to be considered in the evaluation of past performance are: Quality of Construction; Timeliness of Performance; Documentation; Customer Satisfaction; Sub-Contractor Management. Each offerors shall identify a minimum of three substantially compl ete (at least 90%) or completed projects to be used for reference and evaluation purposes and provide a questionnaire to the Point of Contact for each project listed for completion. When completed, these forms may be mailed or faxed to the Savannah Distri ct Contract Specialist identified in the sample transmittal letter provided. Failure of reference verification to arrive at the Savannah District within the identified time period may adversely affect the overall rating received for this project. It is t he contractor's responsibility to ensure that the reference documentation is provided. The Government will not make additional requests for past performance information or references. Copies of the evaluation form shall be provided to the Savannah Distr ict directly from the reference. Projects from which questionnaires are received shall have been completed within five years of the date of the solicitation. 2) Corporate Relevant Specialized Experience addressing similar construction projects completed a nd military construction projects completed; If the offerors represents the combining of two or more companies for the purpose of this RFP, each company shall list project examples. Example projects must have been completed or in progress not later than f ive years prior to the date of the solicitation. The contractor is required to submit a price and technical proposal. Each proposal shall contain the offerors best technical proposal and best price. Award will be made to the offerors whose price and performance offer the best value to the government without discussion of such offers. The technical proposal will be scored and evaluated utilizing the factors set forth in the solicitation. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offerors. The estimated cost of the project is between $1,000,000.00 to $5,000,000.00. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988.* This solicitation will be issued in electronic format only and will also be available on or about June 30, 2003 on the internet at http://ebs.sas.usace.army.mil/ Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor's responsibility to check the Internet address provided below as necessary for any posted changes to this solicitation and all amendments. For additional information or assistanc e, please contact Sandy Meyers, Contract Specialist, 912-652-5324. Contractors may view and/or download this solicitation and all amendments from the Internet at the following Internet address: https://ebs.sas.usace.army.mil/
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00346155-W 20030614/030612214444 (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 |
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.