|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1999 PSA#2277Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 Y -- CHANGES TO THE ELECTRICAL DISTRIBUTION SYSTEM, KEESLER AIR FORCE
BASE, BILOXI, MS SOL N62467-99-R-0883 DUE 022699 POC POC: Kimberly
Reavis, Code 0233, FAX # (843) 820-5853 SOLICITATION NOTICE: CLOSING
FOR PHASE I IS 26 FEB 99. RECEIPT OF PROPOSAL TO PHASE II WILL BE
DETERMINED AT A LATER DATE. COST FOR EACH SET OF PLANS AND
SPECIFICATIONS IS $10.00. THE POINT OF CONTACT IS PAULA BROOKS AT
843/743-4040, Ext. 18. THIS CHARGE IS NON-REFUNDABLE. To obtain plans
and specifications you may CHARGE your request to a CORPORATE
VISA/MASTER-CARD CREDIT CARD or make company check payable to
SUPERINTENDENT OF DOCUMENTS and send to the DEFENSE AUTOMATED PRINTING
SERVICE, ATTN: PAULA BROOKS, SUITE "B", 2825 AVENUE "D" NORTH,
CHARLESTON, SC 29405-1819. Please indicate if you are a Prime
Contractor, Subcontractor, Supplier, ETC. Please also include (1) A
Point of Contract, (2) A Telephone Number, and (3) a FAX Number. If
problems arise concerning your request, call RONNIE MITCHUM at
843/743-4040, Ext. 18. To obtain a plan holders list FAX your request
to 843/743-3027. Plan Holders List will be mailed. Plan Holders List
can be obtained from the Internet at http://www.chas.sebt.daps.mil. For
inquiries about BID OPENING DATE, NUMBER OF AMENDMENTS ISSUED, CONTACT
SUSAN CLARK at (843) 820-5775. BID RESULTS WIL NOT BE MADE AVAILABLE.
The overhead power system is 600 volts, 23 KV, 13.8 KV and 4.16 KV,
mostly on wooden poles. The overhead system distributes several
communication systems that are a combination of station owned and
non-station owned systems and a street/area lighting system. This
project is to provide a new base switching station, new underground
power circuits including transformers and secondary conductors, and a
total replacement of the station owned communication systems. The
contractor will be responsible for coordinating and providing
facilities to allow for the relocation of communication systems that
are not station owned. This will require extensive coordination with
communication utility companies. Also, a new base-wide street/area
lighting system is to be provided. The contractor will be responsible
for coordinating the entire project. Once the underground system is
operational the overhead system is to be removed in its entirety. The
project will require medium voltage live-line work, substation
design/construction, medium voltage distribution design/construction,
significant construction/outage phasing, outdoor lighting
design/construction, communications systems design/construction, etc.
This base must stay in operation for the entire duration of this
project. There will be 90 calendar days from contract award to exercise
options 1, 2 and 3. Except when it is determined in accordance with FAR
17.206(b) not to be in the government's best interest, the government
will evaluate offers for award purposes by adding the total price for
all options to the total price for the basic requirement. The
Government will award a contract resulting from this solicitation to
the responsible proposer who proposal conforming to this solicitation
will be the "BEST VALUE" to the Government, price and technical factors
considered. This procurement will consist of Two (2) Phases. Phase I:
Proposers will be evaluated on: (1) Past Performance, (2) Small
Business Subcontracting Effort and (3) Past Experience. The highest
rated proposers, typically 3 to 5, will advance to Phase II. The
Government will then request the Phase II proposal. Phase II: Qualified
Proposers will be evaluated on: (1) Technical Proposal (which will
include (a) Past Performance, and (b) Small Business Subcontracting
Effort, and (c) Technical Approach, (d) Past Experience and (2) Price
Proposal. The Government reserves the right to reject any or all
proposers; to award the contract to other than the proposer submitting
the lowest total price; and to award to the proposer submitting the
proposal determined by the Government to be the most advantageous to
the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT
DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore,
proposals should be submitted initially on the most FAVORABLE terms.
Proposers should not assume that they will be contacted or afforded an
opportunity to qualify, discuss, or revise their proposals. FIRMS
SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED.
Technical Inquiries must be submitted in writing 15 days before
Proposals are due to the address listed above, or faxed to (843)
820-5853, Attn: Kimberly Reavis, Code 0233KR. Estimated cost is between
$25,000,000.00 and $40,000,000.00. Estimated duration of the contract
is 730 days for completion. Posted 02/03/99 (W-SN294319). (0034) Loren Data Corp. http://www.ld.com (SYN# 0125 19990205\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|