Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
MODIFICATION

M -- Commercial Activities (CA) Cost Comparison Study, United States Naval Academy, Annapolis, Maryland

Notice Date
6/26/2002
 
Notice Type
Modification
 
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-0114
 
Response Due
9/24/2002
 
Archive Date
10/9/2002
 
Point of Contact
Jeff Cornell, Contract Specialist, Phone 202-685-3144, Fax 202-433-6193, - Danny Stubbs, Contracting Officer, Phone 202-685-3141, Fax 202-433-6900,
 
E-Mail Address
cornelljs@efaches.navfac.navy.mil, stubbsda@efaches.navfac.navy.mil
 
Description
DESC: The Engineering Field Activity Chesapeake is currently seeking potential sources for an OMB Circular A-76 Cost Comparison Study. The intent of the study is to determine the most efficient and cost effective method of providing base operating services for the United States Naval Academy, Annapolis, Maryland. This notice does not constitute a commitment by the Government. The Study will determine whether these services should be performed under a contract with commercial sources or through the federal work force. A Government proposal to provide these services is being developed and a contract may or may not result. THIS PROCUREMENT IS UNRESTRICTED. The NAIC Code for this procurement is 561210 with a size standard of $20 Million. Work to be performed covers the following areas: Perform maintenance, repair, and alterations for all buildings, structures, facilities, real estate improvements, installed equipment, equipment-components, utilities delivery systems, and other systems at the installation. Additionally, provide work management, housing management, transportation operations and management, and support for special events. Buildings and structures include, but are not limited to; office buildings, storage buildings, permanent and temporary buildings, dormitories, barracks, trailers, swimming pools, boat piers, recreational fields and facilities, stadium, parking areas, flagpoles, sundecks, etc. Work also includes minor construction. This is not a request for proposal and a solicitation is not available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The final solicitation is scheduled to be released on or about June 28, 2002. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download free of charge via: 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 final solicitation. The official plan holders list will be maintained on and can be printed from the website. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. 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 (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 the solicitation. Proposal evaluation will be in accordance with the procedures set forth in OMB Circular A-76 and Section M of the Request for Proposal. Any resultant contract will have a performance period that includes a base period and 4 option years. The contract type will be a combination firm fixed-price and indefinite quantity. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. Site Visit: A site visit/pre-proposal conference is scheduled for July 20, 2002. NOTE: REGISTRATION ON E-SOL DOES NOT RESERVE A SEAT AT THE SITE VISIT. All interested parties must fax or e-mail a List of Attendees to Jeff Cornell at Fax No: (202) 433-6193, e-mail: cornelljs@efaches.navfac.navy.mil no later than 2:00 pm July 15, 2002 for site-visit reservations. Full details are prescribed in the solicitation. The List of Attendees shall include the following information; NAME COMPANY NAME, DATE OF BIRTH, PLACE OF BIRTH, SOCIAL SECURITY NUMBER, Indicate whether the representative is a Prime or Sub contractor. Visitors may be required to present documentation evidencing personal identification and firm affiliation. Each Prime or Sub contractor shall be limited to (2) representatives. A Government vehicle will be used to transport attendees to the conference area and site-visit. Personal or company provided vehicle cannot be used. All attendees shall meet at Gate A parking lot and be shuttled into USNA via government vehicles. Shuttles will depart at 0900 hours, July 20, 2002. Gate A entrance is located on the Blue side of Navy Marine Corps Stadium off of Taylor Ave. Points of Contact Primary POC: Jeff Cornell, Contract Specialist, Ph: (202) 685-3144, Fax: (202) 433-6193, E-mail: cornellJS@efaches.navfac.navy.mil. Secondary POC: Danny Stubbs, Contracting Officer, Ph: (202) 685-3141, Fax: (202 433-6193), E-Mail: Stubbsda@efaches.navfac.navy.mil
 
Place of Performance
Address: United States Naval Academy,, Annapolis, Maryland
Zip Code: 21401
Country: U.S.A.
 
Record
SN00100158-W 20020628/020626213409 (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.