|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1999 PSA#2354Regional Officer in Charge of Contract, Pearl Harbor, NAVFACENGCOM
(R110), 4262 Radford Drive, Honolulu, HI 96818-3296 Z -- CONSOLIDATED POL PROJECTS AT HICKAM AIR FORCE BASE, OAHU, HAWAII
SOL N62742-98-R-1301 DUE 071599 POC Ms. Ann Saki-Eli, Contract
Specialist, Mr. Ira Kight, Procurement Technician, Telephone No. (808)
474-7120, Facsimile No. (808) 474-7316 This project consolidates the
following ten projects: PROJECT A, HIC 98-4, REPAIR PIPES/SUPPORTS,
AREA 11. The work includes repair and replacement of corroded or
damaged sections of existing POL piping and modifications and
replacement of pipe supports. The works consists of 4", 6", 8", 10",
and 16" diameter carbon steel piping supports, 8" and 18" diameter
stainless steel piping and reinforced concrete pipe supports. The work
also requires cutting of concrete supports which have a lead paint
finish. PROJECT B, HIC 98-2, RELACE REFUELING PUMPS, AREA 11. The work
includes removing the three existing 1200 gpm centrifugal pumps,
pump-motors, equipment bases, and pump accessories, providing and
installing three new 1200 gpm centrifugal pumps, pump-motors, equipment
bases, and pump accessories, and modifications of the existing piping.
PROJECT C, HIC 97-2, CATHODIC PROTECTION POL PIPELINE. The work
includes provision of an impressed current cathodic protection system
to protect buried POL distribution pipelines. The work consists of
air-cooled rectifier, deep well anode groundbed with high silicon
chromium bearing cast iron anodes, anode junction box, several test
stations and incidental related work. PROJECT D, HIC 97-3, INSTALL
CATHODIC PROTECTION POL TANKS. The work includes provision of impressed
current cathodic protection systems to protect the exterior bottom of
on grade POL storage tanks. The project consists of an air-cooled
rectifier, deep well anode groundbed each with high silicon chromium
bearing cast iron anodes, anode junction boxes, test stations,
installation of dielectric insulating flange kits, and incidental
related work. PROJECT E, HIC 97-1, REPLACE PIT LIDS. The work includes
removal of existing valve pit covers and frames, and portions of
existing concrete slab; provision of new valve pit covers and frame;
concrete patching; new concrete top slab for four valve pits; painting;
and incidental related work. PROJECT F, HIC 94-4, ALTER POL FUEL LINE,
AREA 11. The work includes constructing aconcrete base with curb,
equipment base, relocating the existing roof structure, providing new
gutters and downspout for the existing roof structure, replacing the
existing vertical fuel filter/separators and appurtenances, and
incidental related work. PROJECT G, HIC 95-1, CORROSION CONTROL TANKS
3 & 4, AREA 11. The work includes removing an existing safety rail on
the roof and replacing stair treads on Tank No. 4. The new work
includes providing a new steel rail on the tank roof of both Tank Nos.
3 and 4 and painting the interior and exterior of both tanks. PROJECT
H, HIC 94-2, INSTALL HIGH AND LOW LEVEL ALARMS, TANKS 3 & 4. The work
includes providing new blocks and bleed plug shut off valves;
high/high, high and low liquid level switches; and electrical
appurtenances for the control system. The new switches shall control
either a new float valve or the existing pumps. The work also includes
removing stairs and providing new intermediate and top landing for
Tank Nos. 3 and 4. PROJECT I, HIC 95-2, REPLACE VALVE PITS. The work
includes removal of existing concrete valve pits, metal covers and
frames, valves; provision of new concrete valve pits, new covers, new
valves; and incidental related work which includes, but is not limited
to dewatering, demolition, excavation, backfill, defueling existing
pipeline, piping, and painting. PROJECT J, HIC 95-5, ALTER FUELS
STORAGE, AREA 11. The work includes providing a new six inch steel line
connecting Tanks Nos. 4 and 5 including valves, fittings, supports and
associated appurtenances. Estimated cost is between $1,000,000 and
$5,000,000. The performance period is 360 calendar days. THE SIC CODE
FOR THIS PROCUREMENT IS 1629 AND THE ANNUAL SIZE STANDARD IS $17
MILLION. This procurement is SET-ASIDE FOR SMALL BUSINESSES. This is a
source selection procurement requiring both technical and price
proposals. Contract award will be made to the offeror proposing the
best value to the Government from a technical and price standpoint.
Price is considered approximately equalto technical. Technical
evaluation factors are as follows: (a) experience/past performance, (b)
experience of key personnel, (c) construction plan. INTERESTED PARTIES
ARE ENCOURAGED TO REGISTER THEIR COMPANY AT
http://www.efdpac.navfac.navy.mil/ebsroot/pacindex.htm TO RECEIVE
NOTICES AND INFORMATION ABOUT THE SOLICITATION. The Request for
Proposals (RFP) will be available on or about 14 June 1999 in paper
(hardcopy) for a non-refundable charge of $99.28. YOU MAY USE THE
"SOLICITATION PURCHASE REQUEST FORM" LOCATED AT
http://www.efdpac.navfac.navy.mil/ebsroot/pactoolbox.htm TO ORDER THE
SOLICITATION. Your purchase request, if mailed, should be sent to:
Defense Automated Printing Service, ATTN: Solicitation Printing, 1025
Quincy Ave., Suite 200, Pearl Harbor, Hawaii 96860-4512. If sending
purchase requests by air express service, send to the following
address: Defense Automated Printing Service, Pearl Harbor Naval Base
Building 550, Pearl Harbor, Hawaii 96860. Checks shall be made payable
to "SUPERINTENDENT OFDOCUMENTS." If using a company VISA, Mastercard,
or Discover card you may fax your purchase request to (808) 473-2604.
Be sure to include the cardholder's name, account number, and
expiration date in your request along with your company name, mailing
address, telephone number, facsimile number, RFP No., and project
title, and whether the RFP will be picked up at the ROICC office, 4262
Radford Dr., Honolulu, HI 96818-3296. Also indicate if you are a
prime, subcontractor, or supplier. Mark the front of the envelope with
the RFP No. Allow at least ten days for mailing from the date your
request is received. Companies wanting the RFP to be sent via air
express service must furnish their express service's airbill label with
the recipient's name, telephone no., company name, address, company's
account no., and type of delivery filled-in. Failure to provide any of
the above information, as indicated, may delay the processing of your
request and is at no fault of the Government. A COPY OF THE
PLANHOLDERS LIST WILL BE AVAILABLE UNDER THE DESIGNATED SOLICITATION
NUMBER AT
http://www.efdpac.navfac.navy.mil/ebsroot/ebs/advertisedsolicitations.
cfm AFTER THE SOLICITATION IS ISSUED. AMENDMENTS WILL BE POSTED ON THE
WEB SITE FOR DOWNLOADING. THIS WILL NORMALLY BE THE ONLY METHOD OF
DISTRIBUTING AMENDMENTS; THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY
TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS
SOLICITATION. NOTICE ABOUT SOLICITATION ISSUANCE: Any request for
solicitation(s) received within 10 working days prior to the request
for proposal closing date will be processed in accordance with the
above procedures. However, there is no guarantee that the recipient
will receive the solicitation prior to the proposal closing date Posted
05/24/99 (W-SN335074). (0144) Loren Data Corp. http://www.ld.com (SYN# 0106 19990526\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|