Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
DOCUMENT

Y -- FY18 MCON Project P-704 Sewer Lift Station and Relief Sewer Lines at Joint Base Pearl Harbor-Hickam, Hawaii - Attachment

Notice Date
9/5/2018
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
Solicitation Number
N6247818R1515
 
Point of Contact
Shari Lillie 808-471-2289 Shari Lillie
 
E-Mail Address
lillie@navy.mil
 
Small Business Set-Aside
N/A
 
Description
FY18 MCON Project P-704 Sewer Lift Station and Relief Sewer Lines at Joint Base Pearl Harbor-Hickam, Hawaii. The work includes, but is not limited to, 1) A new 24 million gallons per day (mgd) wastewater pump station will be constructed to replace existing pump station SY-001. The new pump station building will house an air conditioned electrical room/control room; 2) A new 42 inch diameter gravity sewer line will be constructed. The new 42-inch sewer line will connect to the new pump station; 3) A new electrical substation will replace existing Substation C5 and will provide electrical service for the new pump station; 4) A new storage building will be constructed to house a forklift, spare pump and other equipment; 5) A new covered shelter will be constructed to house existing portable trailer-mounted pumps; 6) The existing emergency generator in Building 1871 will be removed and a larger capacity emergency generator will be provided within the existing building to support the new pump station. A new fuel storage tank and fuel system will be provided for the emergency generator; 7) Existing Buildings 1358, 1385, 1657, 1658 and 1587 will be demolished. Building 1587 includes the Ship Wastewater Collection Ashore Abatement System (SWWCAAS) holding tank, which is currently not used. This solicitation is being advertised on an unrestricted basis inviting full and open competition. The primary NAICS Code is 237110 and the corresponding size standard is $36.5M average annual receipts over the last 3 fiscal years. The estimated cost of the project is between $25 Million and $100 Million. This is a source selection procurement requiring both technical and price proposals. The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation. The non-cost factors are anticipated to be: (1) Corporate Experience, (2) Safety, and (3) Past Performance. The number of proposals to be evaluated for technical acceptability will be limited to the three lowest priced offers. The Government anticipates that the solicitation will be issued on or around September 24, 2018. No hard copies will be provided. It is the contractor ™s responsibility to check the websites daily for any amendments to this solicitation. It is highly recommended that firms register on the NECO website as this will be the only plan holders list available. A one-time organized site visit has been tentatively scheduled for Wednesday, October 10, 2018 at 9:00 AM, HST. This site visit is to provide offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. Offerors interested in attending the site visit must email the following information to Ms. Lillie at shari.lillie@navy.mil no later than Tuesday, September 24, 2018 at 3:00PM., HST: Name Position/Title Company Name Phone Number *SECNAV 5512/1 form (if you do not have base access) *Each site visit attendee is required to submit a SECNAV 5512/1 Form (Attachment A) if you do not have access to the base. With the exception of block 25, all blocks must be filled in. The two identity source documents identified in block 14 will be required to pick up your pass. Photos are not allowed. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/portal/SAM/#1 The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose. Large business concerns are required to submit a subcontracting plan prior to award of the contract. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247818R1515/listing.html)
 
Document(s)
Attachment
 
File Name: N6247818R1515_Attachment_A_-_SECNAV_5512-1.pdf (https://www.neco.navy.mil/synopsis_file/N6247818R1515_Attachment_A_-_SECNAV_5512-1.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247818R1515_Attachment_A_-_SECNAV_5512-1.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Joint Base Pearl Harbor-Hickam, JBPHH, HI
Zip Code: 96860
 
Record
SN05072570-W 20180907/180905230912-ef423ea11e0d69a76bff429edfbc01de (fbodaily.com)
 
Source
FedBizOpps 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.