Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

Z -- MAINTENANCE, REPAIR, OPERATIONS AND OVERHAUL SERVICES FOR THE ADMIRAL CLAREY (FORD ISLAND) BRIDGE FACILITY, PEARL HARBOR, HAWAII

Notice Date
September 13, 2001
Contracting Office
Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, Code R120, 4262 Radford Drive, Honolulu, HI 96818-3296
ZIP Code
96818-3296
Solicitation Number
N62742-01-R-2191
Point of Contact
J. Shimoda, (808) 471-1563;Contracting Officer: C. Asuka, (808) 474-3385
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for MAINTENANCE, REPAIR, OPERATIONS AND OVERHAUL SERVICES FOR THE ADMIRAL CLAREY (FORD ISLAND) BRIDGE FACILITY, PEARL HARBOR, HAWAII. NAICS Code 488490 applies. Estimated cost: Between $100,000.00 and $250,000.00 per year. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. This is a new contract. This acquisition is being considered as a set-aside under section 8(a) of the Small Business Act or as a 100 percent set-aside for small business (SB). Interested sources must submit a Statement of Capability (SOC) which describes in detail the source's capability to provide MAINTENANCE, REPAIR, OPERATIONS AND OVERHAUL SERVICES FOR THE ADMIRAL CLAREY (FORD ISLAND) BRIDGE FACILITY, PEARL HARBOR, HAWAII. The Ford Island Bridge Facility is comprised of pile supported viaduct structures, hinged 120 and 250 foot composite steel/Portland cement concrete transitions spans and a 930 foot long movable concrete pontoon section at the navigation harbor channel. The bridge's concrete components are constructed of Portland cement with a micro-silica fume additive. The movable pontoon section retracts back under the raised transition spans to provide a clear opening for the passage of ships. The pontoon extends and locks in place with the lowered transition spans to provide vehicle passage across the bridge. The retraction and extension operation is accomplished automatically by a programmable logic controller, pre-programmed to sequence the hydraulic operated transition span lift cylinders and winch to control the pontoon's movement. A microwave communication system transmits control signals to synchronize the hydraulic operated lift cylinders across the bridge open channel. The work includes, but is not limited to 1) Conducting on a regular scheduled basis, preventive maintenance and inspection services to the bridge's viaduct, hinged transition spans, movable pontoon, hydraulic system (including hydraulic controlled machinery and lift cylinders), microwave communications, integrated programmed logic control, pontoon leak detection, closed circuit television, roadway traffic signal and control, fire and intrusion detection, bridge electrical systems, and other supporting components necessary to maintain bridge operational and safety standards. 2) Performing repairs to maintain the structural/water tight integrity of the pontoon as well as repairs to the systems listed above and their related components 3) Responding to Service Call within 4 hours of notification to troubleshoot, arrest, adjust, repair and restore to proper operating condition any bridge components failing to meet bridge operational and safety standards 4) Retraction and extension operation of the movable pontoon a minimum of 3 times a calendar year, including capability of responding to emergency bridge opening within 4 hours of notification and 5) Overhauling all equipment and appurtenances related to the movable section of the bridge. SOCs must be submitted within 14 calendar days of the date of this notice. The SOC must specify the full name of the company, business size, evidence of 8(a) eligibility and a positive statement that the 8(a) firm qualifies under NAICS 488490 with average annual gross revenue of not more than $5 million for the last three fiscal years, relevant past performance that indicates the firm has experience in the type of services described for similar facilities, and any proposed teaming arrangements. Any joint-ventures with 8(a) members will have to comply with CFR Title 13. Section 124.513. For the past performance information, SOCs shall include a list of contracts with dollar value, scope of work relevant to the scope described above and the Administrative Contracting Officer' name and phone number. SOCs must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work and business size eligibility. The SOCs will be the basis for the Government's decision to establish this requirement as an 8(a) set-aside or 100 percent set-aside for small business (SB). If adequate responses are not received from 8(a) companies or small businesses, the Government will not set aside this requirement for 8(a) firms or small business. Responses to this notice may be made by facsimile to (808) 471-9342, or mailed to Resident Officer in Charge of Construction, Naval Facilities Engineering Command (Code R120), 4262 Radford Drive, Honolulu, Hawaii 96818-3296. The solicitation will utilize source selection procedures, which require offerors to submit technical, past performance, and experience information, and a price proposal for evaluation by the Government. This synopsis is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for any effort expended in responding to this notice. Estimated award date is 2/1/02; estimated contract start date is 4/1/02.*****
Web Link
N62742-01-R-2191 (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20010917/ZSOL008.HTM (W-256 SN50X5J9)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com