COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2001 PSA #2959
SOLICITATIONS
Z -- MAINTENANCE, REPAIR, OPERATIONS AND OVERHAUL SERVICES FOR THE ADMIRAL CLAREY (FORD ISLAND) BRIDGE FACILITY, PEARL HARBOR, HAWAII
- Notice Date
- October 16, 2001
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, ROICC Pearl Harbor, 4262 Radford Drive, Honolulu, HI, 96818-3296
- ZIP Code
- 96818-3296
- Solicitation Number
- N62742-01-R-2191
- Response Due
- November 30, 2001
- Point of Contact
- Julie Shimoda, Contracting Officer, Phone (808) 471-1563, Fax (808) 474-3387, Email shimodajm@pwcpearl.navy.mil
- Description
- 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 Calls 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. The NAICS Code for this procurement is 488490 and the annual size standard is $5 Million . 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. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. This is a new procurement. It does not replace an existing contract. No information exists on prior contracts. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. Large business concerns shall submit a subcontracting plan. 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. Proposal receipt date is approximate. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62742PH/N62742-01-R-2191/listing .html)
- Record
- Loren Data Corp. 20011018/ZSOL004.HTM (D-289 SN5107U2)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on October 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|