Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

Y -- REPLACE FUEL TANKS, NAVAL STATION, MAYPORT, FL SOL N62467-97-R-0921 DUE 061199 POC Contract Specialist: David Pilarski, Code 0211DP. Contracting Officer: L. R. Fisk. THE PROPOSED ACQUISITION HEREIN IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work consists of the construction of two 6400 m3 Diesel Fuel Marine (DFM) aboveground storage tanks (Tanks 1 and 2), two 2400 m3 Jet Fuel (JP-5) aboveground storage tanks (Tanks 3 and 4), pump house, fuel piping distribution system, approximately 1180 meters of paved patrol road, refueler truck parking area, facility access road, concrete containment areas, oil/water separators, and all supporting utilities. In addition, the work includes the construction of two new 57 m3 horizontal aboveground JP-5 fuel storage tanks (Tanks 5 and 6), fuel distribution pumps and piping, and all supporting utilities and incidental work at the existing flightline refueler truck rack. The works includes the demolition of four cut and cover underground fuel storage tanks (Tanks 201, 202, 203 and 204) with a combined approximate capacity of 12900 m3 and the demolition of three cut and cover underground waste oil tanks (Tanks 99, 100, and 101) with a combined approximate capacity of 2400 m3. Also included in the project is the removal and disposal of asbestos, petroluem contaminated soil and lead paint. The project includes an Option to remove the concrete slab underneath Tank 202 and petroleum contaminated soil underneath the slab. The work shall be completed in two phases: Phase A generally consists of demolition of Tanks 99, 100, 101, 201, 202 and 203 and construction of the Ready Issue JP-5 Tanks 5 and 6, Patorl Road, DFM Tanks 1 and 2, JP-5 Tank 3, pump house, refueler parking area, and access roads. Phase B generally consists of demolition of Tank 204 and construction of JP-5 Tank 4. The construction schedule requires two phases due to the facility remaining partially in operation during construction. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be the "BEST VALUE" to the Government, price and technical factors considered. This procurement will be evaluated based on the following factors: FACTOR A -- Past Performance; FACTOR B -- Small Business Subcontracting Effort; FACTOR C -- Technical Qualifications; FACTOR D -- Equipment; and FACTOR E -- Construction Schedule. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the offeror 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. OFFERORS ARE ADVISED THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS IF POSSIBLE. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume 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 FOR PLANS ANDSPECIFICATIONS. FOR SPECIFICATIONS: There is a $65.00 Non-Refundable Charge for each set of Plans and Specifications. To obtain Plans and Specifications make company check payable to the 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 INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise concerning your request, call PAULA BROOKS at 843/743-4040. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders list will be mailed. We cannot fax plan holders list. You may obtain a Plan Holders List from the Internet at http://www.chas.sebt.daps.mil. For inquiries about Proposals due dates or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. 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: David Pilarski, Code 0211DP. Mr. Pilaski's email address is http://www.pilarskidl@efdsouth.navfac.navy.mil. Estimated cost is between $9,000,000 and $11,000,000. Estimated duration of the contract is 630 calendar days for completion. The SIC CODE for this solicitation is 1799: Special Trade Contractors, Not Elsewhere Classified. The Statutory Limit (Size Standard) for this solicitation is $7,000,000. Posted 04/08/99 (W-SN317813). (0098)

Loren Data Corp. http://www.ld.com (SYN# 0124 19990412\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page