Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2002 FBO #0088
SOLICITATION NOTICE

M -- OPERATION AND MAINTENANCE OF CENTRAL HEATING & CHILLED WATER PLANTS, NAVY PUBLIC WORKS CENTER-WASHINGTON, WASHINGTON, DC

Notice Date
11/29/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-00-R-0053
 
Response Due
2/5/2002
 
Point of Contact
Peter Higginbotham, Contracting Officer, Phone 202-685-8262, Fax 202-433-6900, - Danny Stubbs, Contracting Officer, Phone 202-685-3141, Fax 202-433-6900,
 
E-Mail Address
higginbothampk@efaches.navfac.navy.mil, stubbsda@efaches.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is an update of a previous solicitation, that was originally published in the 23 February 2000 Commerce Business Daily. The Engineering Field Activity Chesapeake Contracts office will conduct a Commercial Activities Study, using the OMB Circular A-76 Cost Comparison Process, for the Operation and Maintenance of Central Heating and Chilled Water Plants and associated distribution systems at the Navy Public Works Center,Washington, Washington, D.C., including areas of responsibility. The general intention of this solicitation is to obtain labor, transportation, equipment, tools, materials, supervision, incidental engineering, coordination and management necessary to operate, maintain and repair the central heating, chilled water plants, and associated distribution systems, facilities, and equipment with efficient and cost effective methods. The requirements include the following public works services: boiler plant operator, electronic industrial controls mechanic, utility systems repair operator, a/c equipment operator, boiler plant equipment mechanic, welder, pipe fitter, instrument mechanic, planner/estimator, and maintenance helper, by means of a combination firm fixed price and indefinite quantity type contract in accordance with the Request for Proposals. This will be a source selection procurement for a combination firm fixed price and indefinite quantity contract. Upon selection of the best value contractor, the Source Selection Authority will compare the contractor to the Government. Should the contractor be determined to offer the most advantageous means of executing the function, the resulting contract will include a base performance period of twelve months with performance options not to exceed 48 months. Award will be determined on the basis of Best Value to the Government considering price, past performance, and non-priced evaluation factors stated in the solicitation. Non-priced factors include the Technical/Management Factors: 1) Relevant Experience; 2) Project Staffing; 3) Technical Approach to Performing Work; and 4) Support for Small Business, Woman Owned Business and Small Disadvantaged Business Program. The NAIC Code is 561210 Facilities Support Services. THIS PROCUREMENT IS BEING ISSUED AS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS. IN ACCORDANCE WITH FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and plan room holders must register as plan holders on the website in order to receive a copy of the solicitation. The specification will be available for downloading from the Internet on 17 December 2001 or after. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, plan room, etc.), e-mail address and type of business (small, small disadvantaged, woman owned, large, 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. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. All contractual and technical inquiries shall be submitted via electronic mail to: higginbothampk@efaches.navfac.navy.mil. The response time required by FAR 5.203 shall begin on the date of the issuance of the solicitation on the website. NOTE: A pre-proposal conference and site visit will be held and the date, time and location will be provided with the 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 Internet at http://ccr.dlsc.dla.mil. SPECIAL NOTE: FAX NUMBER IS CHANGED TO (202) 433 - 6193.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62477/N62477-00-R-0053/listing.html)
 
Place of Performance
Address: NAVY PUBLIC WORKS CENTER - WASHINGTON, DC ADMINISTERED BY EFACHES WNY, CODE AQ-1, BLDG. 212 1314 HARWOOD ST, SE WASHINGTON, DC
Zip Code: 20374-5018
Country: USA
 
Record
SN00031522-F 20020228/020226214253 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.