Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2004 FBO #0780
SOLICITATION NOTICE

Y -- Cathodic Protection, Shaw Air Force Base, Sumter, SC

Notice Date
1/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-04-R-0071
 
Response Due
3/2/2004
 
Point of Contact
Stephen Cannon, Contract Specialist, Phone 843-820-7037, - Shirley Shumer, Program Management Assistant, Phone 843-820-5923, Fax 843-820-5853,
 
E-Mail Address
stephen.l.cannon@navy.mil, shirley.shumer@navy.mil
 
Description
THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. GENERAL REQUIREMENTS-This procurement is for one solicitation resulting in the award of one firm-fixed price construction contract. The 100 percent Plans and Specifications Request For Proposal procedures will be utilized for this procurement. This project is to restore cathodic protection systems at various locations on POL fuel facilities at Shaw Air Force Base, Sumter, South Carolina. The work will primarily consist of installing two deep well anode systems for the fuel transfer piping. It will also consist of installing test stations, isolation fittings, and electrical continuity bonding as well as installing small galvanic CP systems, hull anodes, for fuel lines located in trenches. The estimated cost for this acquisition is between $153,900 and $171,000. The maximum allowed completion schedule is 180 days. Utilizing a single-phase approach, the Government requires contractors to submit a price and technical proposal. Each proposal shall contain the offeror's best technical proposal and best price. Award will be made to the offeror whose technical and price proposal offers the best overall value to the Government, without discussion of such offers. The technical proposal is equal to the price proposal and will be evaluated as set forth below. 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 offeror. Proposers will be evaluated on Technical Factors as follows: Factor A--Past Performance; Factor B--Technical Qualifications; and Factor C--Technical Approach. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO AWARD THIS CONTRACT WITHOUT DISCUSSIONS. Therefore, each initial offer should contain the offerors best terms from a price and technical standpoint. Offerors should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offerors to revise their proposals. Firms submitting technical and price proposal will not be compensated for specifications. If award is not made on initial proposals, then a competitive range determination will be made for this solicitation which will be based on technical and price and include the most highly rated proposals, unless the range is further reduced for purposes of efficiency. For evaluation purposes only in determining the competitive range, the Government will calculate the total price proposal. After a competitive range determination is made and final proposal revisions-if necessary-are received, a BEST VALUE award decision will be made. If discussions are conducted, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror will be given an opportunity to submit a proposal revision. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to other than the offeror submitting the highest technically rated proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. RFP ISSUE DATE - The Government intends to issue the Request For Proposals, RFP, electronically by posting it on the NAVFAC website, http://esol.navfac.navy.mil, on or about January 29, 2004. A pre-proposal conference and site visit will be held within two weeks of issuance of the RFP at Shaw AFB. The exact date, time, and location will be stipulated in the RFP. Proposals will be due around March 2, 2004. The exact date will be stipulated in the RFP. Offerors must register themselves on the Internet at http://esol.navfac.navy.mil. The official plan holders list will be maintained on and may be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration, CCR, database with a DUNS number. For instructions on registering with the CCR, please visit their web page at http://www.ccr.gov. For inquiries about Administrative issues, i.e., Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. Technical inquiries prior to Request for Proposals must be submitted in writing 15 days before proposals are due to the address listed above, or emailed to Adam Solivan, Contract Specialist at adam.solivan@navy.mil. Results of proposals will not be available. The NAICS Code for this solicitation is 238190, CATHODIC PROTECTION, INSTALLATION. The Size Standard is $12,000,000. The estimated cost for this acquisition is between $153,900 and $171,000. The maximum allowed completion schedule is 180 days.
 
Place of Performance
Address: Shaw Air Force Base, Sumter, SC
 
Record
SN00503881-W 20040116/040114212355 (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.