COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 National Park Service, 600 Harrison Street, Suite 600, San Francisco,
CA 94107-1372 Z -- RELEVELING OF THE U.S.S. ARIZONA MEMORIAL SHORESIDE FACILITY,
PEARL HARBOR, HAWAII SOL N8050000006 DUE 090800 POC Gary C. Harris
(415) 427-1332 (Voice) and (415) 427-1328 (Fax) E-MAIL: click here to
contact the contracting officer via, gary_harris@nps.gov. The project
consists of providing all labor, equipment, supervision, and material
necessary to relevel the U.S.S. Arizona Memorial Shoreside Facility,
Naval Station, Pearl Harbor, Oahu County, Hawaii. The principal
features of the work include the following items: (1) The jacking up or
down of various column and wall locations supporting the facility by
the use of a hydraulic jacking system; (2) Providing a photo survey
documenting all damage to the facility prior ro releveling; (3)
Contractor shall repair any damage resulting from this work to a
condition equal to or better than was existing at the start of the
contract as demonstrated by the photo survey; (4) Repair or replacement
of all items shown on the contract drawings including but not limited
to spalled concrete, concrete pavement, concrete masonry, sliding doors
sealants, ceramic tiles, plaster ceiling and painting; and (5) Heighten
existing concrete masonry basement wall as shown on the contract
drawings. The releveling work will be performed in the basement of the
existing facility. Primary access to the basement is through a door
approximately 7'-6" wide by 6'-0" high. The floor to ceiling height in
the basement varies from approximately 6'-0" to 2'-6". Vertical
clearance at the primary access is approximately 6'-0". Secondary
access to the basement will be permitted at other basement opening for
equipment leads as required. Also, there is ponding water in the
basement. Contract duration is 120 calendar days. The price range is
$100,000 to $250,000. This procurement will result in a firm
fixed-price contract. The Standard Industrial Code (SIC) is 1542 and
the annual size standard is $17.0 million. This procurement will be
awarded to the responsible offeror whose offer represents the "best
value" to the Government. The best value determination will be made on
the basis of (1) quality and (2) price. The Government will assess the
quality of each offeror on the basis of (1) its past performance; (2)
its experience; (3) its qualifications and experience of key personnel
and equipment; and (4) comprehensive workplan. The Government
considers an offeror's quality to be equal to its price. In order to
demonstrate quality of past performance and experience, provide a
history of contracts and supporting documentation of past success with
corporate management of hydraulic jacking construction projects
similar in planning methodology, construction techniques and quality
control tolerances required for this project. In order to demonstrate
quality of key personnel and equipment, identify key personnel and
equipment that will be used. Demonstrate the equipment is available to
the contractor with operators having a minimum of three years of
experience with the equipment. In order to demonstrate quality of its
work plan, provide a comprehensive description of the proposed approach
to accomplishing the work under this project. THE SITE VISIT IS
SCHEDULED IB AUGUST 23, 2000 AT 10:00AM WITH PARTICIPANTS TO MEET AT
THE U.S.S. ARIZONA MEMORIAL VISITOR CENTER. Requests for the
solicitation package shall be in writing stating Request for Proposal
Number N8050000006, with complete name, address, and area code and
telephone number and facsimile number. Solicitation packages may be
obtained from Contracting Office or be requested by mail or by fax. The
fax number is (415) 427-1328. Telephone requests for the solicitation
will not be accepted. Mail solicitation requests to the National Park
Service, Pacific Great Basin Support Office, Contracting Team, 600
Harrison Street, Suite 600, San Francisco, California 94107-1372. A
limited number of solicitation packages will be available on or about
August 8, 2000 at no-charge and issued on a first-come-first-served
basis. Only one solicitation package per company. Planholders list is
only available through written request to the Contracting Office.
Furnishing of planholders list via fax will not be available. Posted
07/25/00 (W-SN478496). (0207) Loren Data Corp. http://www.ld.com (SYN# 0302 20000727\Z-0038.SOL)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|