Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2002 FBO #0081
SOLICITATION NOTICE

Z -- Roofing Repair/Replacement

Notice Date
2/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-02-R-8008
 
Response Due
4/2/2002
 
Point of Contact
lora morrow, contract specialist, Phone 6195321494, Fax 6195324789,
 
E-Mail Address
morrowle@efdsw.navfac.navy.mil
 
Description
The work under this procurement consists of the contractor providing all labor, material, equipment, transportation, and supervision to repair and replace various types of roofing systems, including but not limited to, built-up, roll, metal, asphalt shingle, clay tile, and modified bitumen for Navy and Marine Corps activities in the greater San Diego, California area (including Camp Pendleton, California) and the Southern California high desert area including, but not limited to, 29 Palms and Barstow. Work may include all tasks required for a complete roofing repair or replacement including incidental related work. The NAICS code for this procurement is 235610. This requirement is being solicited on an unrestricted basis. The Government anticipates awarding one or more Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contracts. One solicitation will be issued that contains contract line items numbers (CLINs) for the greater San Diego area, including Camp Pendleton, and CLINs for the Southern California high desert area, including 29 Palms, Barstow, and surrounding Navy and Marine Corps activities. The Government may award all CLINs to one firm, but reserves the right to split the award and issue separate contracts for each geographic area. Firms responding to this announcement must show a range of roofing experience consistent with this description and the following evaluation factors. Evaluation factors: (1) past performance information, (1A) safety and health performance, (2) technical experience, (2A) specialized experience in handling hazardous materials specifically lead based paint and asbestos, and (3) price. When the proposal is evaluated, Factors 1 and 2 are equal in importance. Within Factor 1, Subfactor 1A is considered highly important relative to consideration that an offeror is technically acceptable in Factor 1. Within Factor 2, Subfactor 2A is considered highly important relative to consideration that an offeror is technically acceptable in Factor 2. When the proposal is evaluated as a whole, Factors 1 and 2 combined are approximately equal in importance to Factor 3. The source selection process will identify whether offerors are technically acceptable and which technically acceptable offer provides the lowest price to the Government for each geographic region. An offeror?s proposal will be evaluated relative to past performance information, including safety and health performance, and experience, including specialized experience, to determine if the offeror is technically acceptable. Offerors meeting the technical requirements will be evaluated relative to price for each geographic area. Award(s) will be made to the responsive, responsible offeror(s) who offer the lowest price, technically acceptable proposal for each geographic region. Proposal will not be given greater consideration for exceeding stated technical requirements. Price will be the determining factor for award to a technically acceptable offeror. The award will consist of a base year and one option year for each geographic region. The minimum guarantee per contract is $5,000.00. Work will be ordered on individual Task Orders placed against the contract. Individual task orders will range from $2,000.00 to $250,000.00. The total value of the contract is estimated to be more than $10,000,000.00 for all line items base period and option period combined. The availability of this solicitation will be limited to electronic media; the solicitation will be available for viewing and downloading, free of charge, via the electronic solicitation website: http://esol.navfac.navy.mil. The official planholder?s list will be maintained on, and may be printed from, the website. All prospective offerors and planrooms are required to register as planholders on the website. Notification of any updates or amendments to the solicitation will posted on the website only. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. The solicitation will be made available approximately February 28, 2002.
 
Place of Performance
Address: San Diego, California; and, Southern California high desert area (29 Palms, Barstow, etc.)
 
Record
SN00028051-W 20020221/020219221633 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.