Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
MODIFICATION

Z -- BITUMINOUS CONCRETE (idq)

Notice Date
4/17/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, ROICC Patuxent River, Building 504 22445 Peary Road, Patuxent River, MD, 20670-5504
 
ZIP Code
20670-5504
 
Solicitation Number
N62477-01-R-3015
 
Response Due
6/3/2002
 
Archive Date
6/18/2002
 
Point of Contact
Irene Hill, Contracting Officer, Phone 301-757-1001, Fax 301-342-3546,
 
E-Mail Address
hilliv@navair.navy.mil
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED FOR A SOLICITATION RESULTING IN THE AWARD OF AN INDEFINITE QUANTITY CONSTRUCTION CONTRACT. The NAICS code is 234110 with a size standard of $27.5M. The scope of work for this contract will primarily be to provide all labor, supervision, transportation, materials and equipment necessary to provide demolition, excavation, installation of bituminous concrete, and incidental work. The work will be located at the Naval Air Station, Patuxent River, Maryland, and at Webster Outlying Field (WOLF), St. Inigoes, Maryland, as indicated on individual task orders. The government intends to award unrestricted inviting full and open competition. Award will be made to the offeror whose proposal, considering the stated evaluation criteria of Past Performance, Technical/Management Factors and Cost/Price provides the most advantageous or best value to the Government. The Technical/Management factors and Past Performance are of equal importance. The Technical/Management factors and Past Performance when combined are considered approximately equal to price. The approximate cost range is between $2 million and $6 million. The contract guarantee minimum is $10,000.00. The contract will be for a base year with 2 twelve-month options to extend the term of the contract. The entire solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil. Request for Proposal will be available on or about May 02, 2002. Prospective offerors must register themselves on the web site. The official planholders list will be maintained and can be printed from the web. Amendments will be posted on the web site for downloading. This will normally be the only method of distributing amendments; therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about proposals due or number of amendments issued, contact Irene Hill at 301-757-1001. Technical Inquiries must be submitted in writing 15 days before proposals are due to the address listed above, or faxed to 301-342-3141, Attn: Irene Hill, or sent by email to hilliv@navair.navy.mil. . A site visit and pre-performance conference is scheduled for 16 May 2002 at 10:00 A. M. Participants will meet at OICC/ROICC Naval Air Station Bldg. 504, 22445 Peary Road, Patuxent River, Maryland. ROICC conference room. All planning to attend must register in advance in order to receive base access passes.
 
Place of Performance
Address: NAVAL AIR STATION, PATUXENT RIVER, MARYLAND
Zip Code: 20670
Country: UNITED STATES
 
Record
SN00061606-W 20020419/020417213436 (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.