COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS
Y -- FY02 MCA COLD STORAGE FACILITY AND FY01 RDT&E REPAIR WATER TANKS KWAJALEIN U.S. ARMY KWAJALEIN ATOLL
- Notice Date
- November 14, 2001
- Contracting Office
- US Army Corps Of Engineers -- Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- DACA83-02-R-0003
- Response Due
- March 1, 2002
- Point of Contact
- Jeri Sato, 808-438-8571, FAX 808-438-8588
- E-Mail Address
- US Army Corps Of Engineers -- Honolulu (jeri.l.sato@poh01.usace.army.mil)
- Description
- FY02 MCA, Cold Storage Facility, and FY01 RDT&E Repair Water Tanks, Kwajalein, U.S. Army Kwajalein Atoll. The work for FY02 MCA PN 50846, Cold Storage Facility is to construct a 22,000 SF, 315,000 CF cold storage warehouse, having two freezer and five chi lled rooms with racking, and a contiguous ice plant. Supporting facilities include utilities, fire protection and alarm systems; paving, walks, curbs and gutters; storm drainage; information systems; and site improvements. Refrigeration load: 200 tons. Air conditioning: 20 tons. Demolish three buildings (112,100 CF) with asbestos abatement. The work for FY01 RDT&E, Repair Water Tanks, is to perform all work necessary to repair three existing 1 million gallon concrete water storage tanks (Facility Nos . 946, 947, 966), including piping. Contractors may visit the site subject to a two-week prior approval by the Commander, U.S. Army Kwajalein Atoll and proper entry clearance. This procurement is unrestricted utilizing electronic bid sets (EBS). The est imated cost of the proposed project is between $10 Million and $25 Million. Selection will be based upon evaluation factors, which may include (a) record of past performance and (d) price. Solicitation to be issued O/A November 30, 2001. A preproposal c onference will be held on Kwajalein Island on 9 January 2002 (Kwajalein Standard Time). Due to limited logistical support, only one representative from each firm who has acquired the CD ROM may attend the site visit and preproposal conference. All Contra ctors that wish to attend MUST contact Mr. Rodney Leong at telephone no. (808)438-6940, facsimile no. (808) 438-8865, or e-mail address rodney.s.leong@poh01.usace.army.mil NO LATER THAN 14 Dec 01. Contractors shall provide full name, social security numbe r, date of birth, place of birth, citizenship, name of company, position/title, home address, confirmation of flight reservations, point of departure, dates of entry and exit, and name of airline carrier to obtain an entry clearance. Contractors may only visit the site on day of the scheduled site visit and preproposal conference. The Government will only respond to questions submitted in writing via amendments to the solicitation. Questions regarding the solicitation should be submitted no later than 9 Jan 02. The Government will only respond to written questions. Answers to questions will be published in subsequent amendments to the solicitation. Hard copies of plans and specifications will NOT be available for this project. Solicitation documents will be provided on Compact Disks-Read Only Memory (CD-ROM) at a non-refundable charge of $67.92. Solicitation documents shall be requested through any of the following methods only: a) mail requests to: Document Automation & Production Service (DAPS), A ttn: Army Corps Solicitation, 1025 Quincy Ave. Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service (Fedex, UPS, etc.) to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 9686 0; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state company name, address, telephone number, facsimile number, solicitation number, project title, and company designation (prime contractor, subcontractor, supplier, or plan room). Envelope front must show the solicitation number. Checks shall be made out payable to Superintendent of Documents. Provide separate check for each project requested. Checks containing payment for multiple projects will be returned to reques tor without action. Facsimile requests must state (1) the above required company information, and (2) cardholder s name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting air express servi ce shall furnish completed airbills showing recipient s name, company name, telephone number, company billing account number, and type of delivery required. Fi rms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation docum ents being sent via regular US mail. Failure to provide any of the foregoing information, documents, and/or payment may delay mailing of solicitation documents. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. P lease allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-4960. Address technical and all other inquiries to the points of contact identified in this announcement. Firms with Internet access are requested to obtain plan holder listings from DAPS website http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to include proposal closing dates, can be obtained from the Honolulu Engineer District website http://www.poh.usace.army.mil/pohct.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20011116/YSOL001.HTM (D-318 SN5129A5)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on November 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|