Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
SOLICITATION NOTICE

B -- Water Analysis & Treatment Services for Cooling Tower, and Coolers at Bldg. 149, Pearl Harbor Naval Shipyard and Bldg. 641m Subase, Pearl Harbor, Hawaii

Notice Date
1/17/2002
 
Notice Type
Solicitation Notice
 
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-2186
 
Response Due
3/18/2002
 
Point of Contact
Julie Shimoda, Contracting Officer, Phone (808) 471-1563, Fax (808) 474-3387,
 
E-Mail Address
shimodajm@pwcpearl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Water Analysis & Treatment Services for Cooling Tower, and Coolers at B149 Pearl Harbor Naval Shipyard and B641 Subase, Pearl Harbor, Hawaii. The work includes, but is not limited to, supervision and analytical services needed to control corrosion, scale, algae and slime growth in open recirculating and closed loop liquid circuits for high/low pressure air systems. The North American Industry Classification System (NAICS) is replacing the Standard Industry Code Classification (SIC). The NAICS Code for this procurement is 54138 (previously SIC Code 8734) and the annual size standard is $5 Million. 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 contract will replace a contract for similar services awarded in 1996 for $18,960.00 (firm fixed-price) and $17,280.00 (indefinite quantity) per year. We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit past performance and experience information, and price proposal for evaluation by the Government. Proposal receipt date is approximate.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Country: U.S.
 
Record
SN20020119/00015834-020118090717 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.