|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868Commanding Officer, Engineering Field Activity West, 900 Commodore Dr.
San Bruno, CA 94066-5006 Y -- SOLICITATION NOTICE -- FY 97 AIRCRAFT ACOUSTICAL ENCLOSURE
PROJECT AT NAVAL AIR STATION FALLON, NV SOL N62474-97-R-1508 DUE 081897
POC Sunny Drennan, Contract Specialist, Code 02T2SMD FAX NO. (415)
244-2986, M. Walker, Contracting Officer. 17. Requests for proposal
documents must be made in writing, stating N62474-97-R-1508, to Defense
Automated Printing Service, Oakland, CA. There is a $156.90
NON-REFUNDABLE Charge for "EACH" set of Plans and Specifications. To
obtain Plans and Specifications, you may CHARGE your request to a
CORPORATE VISA CREDIT CARD, or make your Cashier's check or Money Order
to U.S. TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE,
ATTN: ANDY VENABLE, 230 BOATSWAIN WAY, BLDG 311 -- 3e, FLEET INDUSTRIAL
SUPPLY CENTER (FISC), OAKLAND, CA 94625-5013. Include: (1) Point of
Contact; (2) Complete Company Name and Address; (3) Telephone Number;
(4) FAX Number. Incomplete requests will be returned to the sender. To
obtain a Plan Holders List, fax your request to (415) 244-2986. The
work includes the furnishing of all labor, materials, and equipment
required to complete the Aircraft Acoustical Enclosure, including
disassembling, shipping, repairing and erecting of the existing
aircraft acoustical enclosure located at the Naval Air Station,
Alameda, California to the Naval Air Station, Fallon, Nevada. The
project shall provide for a complete and functional facility to meet
the Navy's mission to test and run up in-frame and out-of-frame
aircraft engines while abating noise emissions to surrounding
facilities and the environment. The acoustical enclosure and components
shall be reassembled at the new site at NAS Fallon complete with Apron
pavements, drives, ancillary facilities and utilities. Components
requiring refurbishment or reconditioning are identified and the work
must be performeed prior to reassembly or as necessary. Modifications
for out-of-air frame engine testing are specifically identified and
specified. Coordination with Government Furnished Equipment (GFE) test
components are identified. The work includes furnishing and installing
utilities, apron, road, parking and drainage. Utilities include fire
and potable water, compressed air for aircraft air start, AFFF waste
discharge system, and sanitary sewer. Apron includes concrete aircraft
access apron. Road includes combined aircraft toway and vehicular
access. Paking includes asphalt concrete. Drainage includes sheet run
off, drainage ditch and RCP diversion for existing runoff. The extent
of the work is defined by the Contract Drawings and Specifications. The
estimated construction cost is between $5 Million and $10 Million.
Contract duration is approximately 450 calendar days. This project is
being issued on an "unrestricted" basis, inviting full and open
competition. The standard industrial classification code is 1541 and
the average annual size standard is $17 Million. Plans and
specifications will be available on or about 10 July 1997. The
following evaluation factors are presented in descending order of
importance. Factors (combined) are approximately equal to price. (1)
Past Performance; (2) Experience of the firm and key personnel and of
the firm's Relocating/Fabricating Subcontractors and Key Personnel; (3)
Project Management Plan; (4) Commitmentto Small Business. Information
is to be provided in a Matrix format correlating experience information
to prime contractor, key subcontractors,and key personnel of both prime
contractor and subcontractors. Technical inquiries prior to Receipt of
Proposals must be submitted in writing 15 days before date indicated
for Receipt of Proposals and inquiries about Receipt of Proposal Date
or number of amendments can be faxed to (415) 244-2986. (0164) Loren Data Corp. http://www.ld.com (SYN# 0126 19970617\Y-0019.SOL)
Y - Construction of Structures and Facilities Index Page
|
|