Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

Z -- Management, Operation, Maintenance, and Repair of Transportation Equipment, Dispatching Services, Snow/Ice Removal, Material Delivery and Maintenance of Generators

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC New Jersey - Lakehurst, NAES Building 5, Lakehurst, NJ, 08733-0511
 
ZIP Code
08733-0511
 
Solicitation Number
N62472-01-R-3014
 
Point of Contact
Charleen Manceri, Contract Specialist, Phone 732-323-5297, Fax 732-323-1471, - Francesca Buzzetta, Contracting Officer, Phone 732-323-7550, Fax 732-323-2494,
 
E-Mail Address
mancericx@efane.navfac.navy.mil, buzzettafm@efane.navfac.navy.mil
 
Description
The Department of Navy intends to issue a Request for Proposal (RFP) N62472-01-R-3014 for Management, Operation, Maintenance, and Repair of Transportation Equipment, Dispatching Services, Snow/Ice Removal, Material Delivery and Maintenance of Generators at Naval Air Engineering Station, Lakehurst, NJ. This RFP will only be available on the Internet. The address for downloading from the internet is: http://esol.navfac.navy.mil. All prospective offerors are required to register on the Naval Facilities Engineering Command ESOL website for this procurement WHEN specifications become available. An official planholder list will be maintained on and can be printed from the website. If you fail to register, the Government cannot be responsible for your being notified of any amendments to the solicitation. The ESTIMATED issue date is 16 October 2002 and the ESTIMATED Request for Proposal date is 18 November 2002 at 4:30 p.m. Notification of any changes to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site daily for any posted changes to the solicitation. In addition, all contractors are required to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at http://www.ccr2000.com or by referring to DFARS Subpart 204.703. Offerors should submit verification of their firm's registration in the CCR database with their offer. The Small Business Size Standards by NAICS Industry is 811118 ($6.0 million). The scope of work includes all labor, supervision, materials, tools, equipment, transportation, and management necessary to accomplish all of the maintenance, repair, and operation functions included in this contract. The Contractor shall provide equipment, repair parts, materials, supplies, and tools, except as specified herein as Government furnished, to perform the full function of providing transportation operations and maintenance support to the activity, including lease/rental services, as required. Performance shall be in accordance with the specification. The resultant contract will be a combination firm-fixed price and Indefinite Quantity contract. The performance period will commence 3 May 2003. The guaranteed minimum is the firm-fixed price portion of the contract. There will be Indefinite Quantity line items for ordering of work over and above the firm fixed price portion of the contract. The wages to be utilized in preparing proposals include Davis-Bacon and/or Service Contract Act. The award shall be based on best value to the Government, price, and other factors considered. Performance Base Period is for 12 months with four 12 month options to be exercised by the Government, if found to be in its best interest. FAC Clause 5252.217-9301, Option to Extend the Term of the Contract Service, and FAR Clause 52-217-8, Option to Extend Services, are included in this acquisition. The contract includes the clause titled Evaluation of Options, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). The determination of the best value contractor's proposal and subsequent award will be made based on Source Selection procedures that provide the evaluation of qualified offerors. The technical factors are as follows: Factor 1, Relevant Past Performance; Factor 2, Management/Technical Approach, Organization and Staffing; Factor 3, Price/Cost. This acquisition is being conducted using full and open competition (UNRESTRICTED). For questions concerning the subject notice, please call Ms. Charleen Manceri, (732) 323-5297. Faxes may be forwarded to (732) 323-1471.
 
Place of Performance
Address: Naval Air Engineering Station, Route 547, Lakehurst, NJ
Zip Code: 08733-5011
Country: USA
 
Record
SN00168049-W 20020918/020916213758 (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.