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