COMMERCE BUSINESS DAILY ISSUE OF JULY 25, 2001 PSA #2900
SOLICITATIONS
Z -- REPAIRS TO THE NAVAL AMBULATORY CARE CLINIC, BUILDING 449, AT THE NAVAL SUBMARINE BASE NEW LONDON
- Notice Date
- July 23, 2001
- Contracting Office
- Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090
- ZIP Code
- 19113-2090
- Solicitation Number
- N62472-01-B-0050
- Response Due
- September 21, 2001
- Point of Contact
- Patricia Hemingway (610) 595-0829
- E-Mail Address
- Click here to contact the Contract Specialist via (hemingwaypw@efane.navfac.navy.mil)
- Description
- This is a Solicitation Notice. In accordance with FAR 5.102(a)(7), the availability of the solicitation will be issued on two CD-ROMs. Contractors who are interested in obtaining the CD-ROMs, should submit their request on their company letterhead with the following information: Solicitation Number and Title of Project, Complete Address, Point of Contact, Area code and phone number, Area code and fax number, E-mail address, identify whether the firm is a prime contractor, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged, large business, and if the firm is a women-owned business along with a Company Check, Cashier's check or Money Order in the amount of $25.00 . Your check should be mailed to: DOCUMENT AUTOMATION AND PRODUCTIONS SERVICES, BUILDING 4-D, ATTN ROY BOWSER, 700 ROBBINS AVENUE, PHILADELPHIA, PA 19111-5094. Each check must be payable to the SUPERINTENDENT OF DOCUMENTS, and annotated with the applicable solicitation number (N62472-01-B-0050). If the solicitation number is not annotated as required on your check is not made payable to the SUPERINTENDENT OF DOCUMENTS, IT WILL BE RETURNED UNPROCESSED. (no personal checks or credit cards will be accepted). IF YOUR FIRM WOULD LIKE TO RECEIVE THE PLANS AND SPECIFICATIONS FOR THE REPAIRS TO THE AMBULATORY CARE CLINIC IN LIEU OF THE MEDICAL/DENTAL FACILITIES MACC (N62472-01-R-0050), PLEASE SEND A LETTER CONFIRMING THAT WE SHOULD APPLY YOUR PREVIOUSLY SUBMITTED CHECK TO SOLICITATION NUMBER (N62472-001-B-0050). YOUR LETTER SHOULD BE SEND TO EFA-NE, Naval Facilities Engineering Command, 10 Industrial Highway, MS#82, Lester, PA 19113-2090 to the Attention of Ms. Patricia Hemingway, Code 09TC. All contractors must register on ESOL. Hard copies (paper sets) of the solicitation will not be provided by the Government. Contractors interested in this solicitation should register with the NAVFAC E-Solicitation website at http:esol.navfac.navy.mil. Notification of any change to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site daily for any posted changes to this solicitation. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4, "Notice of Price Evaluation Preference for Hubzone Small Business Concerns". The North American Industry Classification System, NAICS, Code of 233320, and the small business size standard is $27.5 million are applicable to this contract. The Invitation for Bid package will be available 7 August 2001 and the date for receipt of bids is 2:00 P.M., EST, 21 September 2001 at EFA Northeast Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. A pre-bid conference is planned at the Naval Submarine Base and the time and date will be announced at a later date. The scope of the project for the Repairs to Naval Ambulatory Care Clinic (NACC) Building 449, at the U. S. Naval Submarine Base New London, Groton, CT includes life safety and other (mostly mechanical and electrical) repairs, demolition; asbestos, lead paint and PCB mitigation; interior partition wall changes; interior finishes; fire suppression; heating, ventilation and air conditioning; medical gases; plumbing; unit substation; switchgear; generator with integral fuel tank in weatherproof enclosure and switchboard; electrical; fire alarm; communication; and incidental related work to the approximate 170,000 square foot five floors of NACC Building 449. The specific DDC work under Construction Contract N62472-01-C-0050 will solely provide Auto Logic DDC equipment compatible to existing "Supervisor" Auto Logic DDC equipment utilized in NACC Building 449, and incidental related work. The estimated cost of construction of the project is between $10.0 million and $15.0 million and includes a period of 730 day for completion of the work. Experience requirements will be included in the solicitation for the Prime Contractor or Prime Sub-contractor. Two options will be included in this solicitation. Option 1 includes all work (materials, labor and supervision) for installation of a 600 KW generator with integral fuel tank in weatherproof enclosure and switchboard, three (3) automatic bypass/isolation switches and 25 panel boards in Building 449, at the Naval Submarine Base New London, Groton, CT. The estimated cost for Option 1 is between $500,000 and $1.0 million. Option 2 includes all work (materials, labor and supervision) for the demolition, asbestos, lead paint and PCB mitigation, interior partition wall changes, interior finishes, fire suppression, heating, ventilation and air conditioning, plumbing, electrical, fire alarm, communication, and incidental related work to the Repairs to First Floor Radiology, Mechanical Mezzanine, and Basement Logistics, Food Service, Information Management and Education & Training Areas of NACC Building 449, at the Naval Submarine Base New London, Groton, CT. The estimated cost for Option 2 is between $1.0 million and $5.0 million. Davis Bacon wages will be applicable to this project. Questions about this Solicitation MUST be submitted in writing. Any question, please call Mrs. Patricia Hemingway at 610-595-0829 or faxed her at (610) 595-0671. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitations issued after May 31, 1998, failure to register in the CCR makes an bidder ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccrdlsc.dla.mil or by referring to DFARS Subpart 204.73. Bidders should submit verification of their firm's registration in the CCR Database with their bid.
- Web Link
- Click here for E-solicitations for Naval Facilities (http://www.esol.navfac.navy.mil)
- Record
- Loren Data Corp. 20010725/ZSOL032.HTM (W-204 SN50S703)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|