Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2001 FBO #0010
SOURCES SOUGHT

S -- North and South San Diego Housing Maintenance Contract

Notice Date
12/10/2001
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Housing Maintenance Team, Attn: 02R4 3250 Transmitter Road, San Diego, CA, 92112
 
ZIP Code
92112
 
Solicitation Number
N68711-01-R-6318
 
Response Due
1/14/2002
 
Archive Date
1/29/2002
 
Point of Contact
Vincent Rodriguez, Contract Specialist, Phone (619) 556-6243 x276, Fax (619) 556-6744, - connie ward, contract specialist, Phone 6195323748, Fax 6195323358,
 
E-Mail Address
rodriguezva@efdsw.navfac.navy.mil, wardca@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NORTH AND SOUTH SAN DIEGO HOUSING MAINTENANCE CONTRACT. Solicitation N68711-01-R-6318. It is the general intention of this Request for Proposal (RFP) to acquire comprehensive housing maintenance services for various San Diego County Military Family Housing Sites, located as follows, North Sites includes Admiral Hartman, 434 units; Chesterton, 457 units; Eucalyptus Ridge, 290 units; Fallbrook, 9 units; Mira Mesa Ridge, 65 units; Miramar, 520 units; and Riverplace, 78 units; and South Sites includes Bayview Hills, 723 units; Chollas Heights, 419 units; Gateway, 545 units; and Welcome Center, Administration Office, by means of a single solicitation double award, Combination Firm-Fixed-Price/Indefinite Quantity Contract. Contract responsibilities shall be awarded according to a geographical split between north and south locations. One contract will be awarded for the north sites, and one for the south sites. Military family housing units, administrative facilities, recreational facilities, and community facilities will be maintained in a good state of repair, and in a safe, sanitary and habitable condition. Contract scope shall include the comprehensive management of all services to ensure the competence of personnel, quality, and timely completion of all work. Total duration of the contract is 365 calendar days; however, three (3) one-year options may be exercised at the discretion of the Government in accordance with clause ?NAVFAC 5252.217-9301, Option to Extend the Term of the Contract? Services (JUN 1994)?. This Solicitation is 100% set-aside for Small Business Concerns. The NAICS Code is 56121. For those firms certifying themselves as a Small Business Concern: The concern and its affiliates cannot exceed an average amount of sales or receipts for the previous three fiscal years not in excess of $20,000,000.00 under NAICS Code 56121. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. THE GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS, THEREFORE, OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFEROR?S BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT. Awards will be made using Federal Acquisition Regulation (FAR) Part 15, competitive negotiation procedures. Contracts will be awarded to the responsible business firms whose proposals, conforming to the solicitation, offer the ?Best Value? to the Government, price and other factors considered. Proposals will be evaluated based on the following factors: FACTOR 1-PAST PERFORMANCE OF THE OFFEROR; FACTOR 2-TECHNICAL EXPERIENCE OF OFFEROR; FACTOR 3-TECHNICAL STANDARDS FOR AWARD AND QUALIFICATIONS OF KEY PERSONNEL AND MAJOR SUBCONTRACTOR?S KEY PERSONNEL; FACTOR 4-MANAGEMENT PLAN FOR WORK ACCOMPLISHMENT AND FACTOR 5-PRICE? BASED ON SCHEDULE B, SCHEDULE OF PRICES. THIS IS NOT A PUBLIC BID OPENING. NOTE: Plans and specifications for this RFP will be available only over the Internet at address http://www.esol.navfac.navy.mil. Download from the Internet is free of charge; however, some plans and specifications will take a considerable amount of time to download. Telephone or fax requests will not be accepted. The official Plan holder?s list can be printed from the Internet site. The plans and specifications are available. Proposals must be received by 14 January 2002, 1:00 p.m., local time. There will be no site visit. A pre-proposal conference will be held on December 11, 2001, at 9:00 AM until 10:00 AM, at 3250 Transmitter Road, San Diego, California 92115-8254. Only one representative per firm will be allowed to the meeting. Please make a reservation by providing the company name and representative to Lee Burback at 619 556-6243 extension 184 or email to ?BurbackF@efdsw.navfac.navy.mil? no later than 4:00 PM on December 10, 2001. Hard copies (paper sets) or CD-ROM of the solicitation will NOT be provided by the Government. All prospective offerors and plan rooms are encouraged to register as plan holders on the website. Registering offerors and plan rooms must provide a complete name, address, area code, phone number, offeror type (prime contractor, subcontractor, supplier, or plan room), e-mail address and type of business (large, small, small disadvantaged, woman-owned, etc). Notification of any amendments to the solicitation will only be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments made to this solicitation. NOTE: The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) database. Award will not be made until this requirement is met. Offerors not already registered in the CCR are highly encouraged to do so by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil
 
Place of Performance
Address: San Diego County, California
Zip Code: Various
Country: usa
 
Record
SN20011210/00002406-011211095623 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.