Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

99 -- Sewer Inspection and Cleaning for Arizona, California, and Nevada

Notice Date
4/11/2003
 
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
N68711-03-R-6601
 
Archive Date
6/14/2003
 
Point of Contact
Lora Morrow, Contract Specialist, Phone 619-532-1949, Fax 619-532-4903,
 
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 provide routine and 24-hour emergency service response for cleaning and video inspection of sanitary sewer and storm drain pipelines, manholes, and sewer lift station wet wells servicing military activities located within Arizona, California, and Nevada. The services are divided into four contract regions (San Diego Metro Area, Central Area, Valley Area, and Northern Area). The majority of work will be in the San Diego metro area. Work is priced based on the cost of performance for the San Diego area with additional cost adjustment factors for work required outside of the San Diego area. Work may include any of the work items listed in the schedule as well as incidental related work required. The NAICS code for this procurement is 562998, ?All Other Miscellaneous Waste Management Services.? The small business size standard for NAICS 562998 is $6,000,000.00. This competitive procurement will consist of one solicitation with the intent to award up to four Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts, though less than four IDIQ contracts may be awarded depending on the Government?s needs and the number and quality of offers received. This requirement is being solicited on an unrestricted basis, however, if qualified small business firms submit reasonably priced offers, the Government intends to set aside at least one award for small business. Firms responding to this announcement must show experience in sewer cleaning and inspection consistent with this description and the following evaluation factors. Evaluation factors: (1) past performance information, (2) technical experience, (3) management plan, (4) small business subcontracting effort, and (5) price. When the proposal is evaluated as a whole, Factors (1) through (4) are more important than Factor (5), however, the importance of price will increase if offerors are considered essentially equal in terms of non-price factors or if price is so significantly high as to diminish the value of the technical superiority to the Government. Price proposals will be evaluated in accordance with FAR 52.219-4, ?Notice of Price Evaluation Preference for HUBZone Small Business Concerns,? which gives HUBZone firms a 10% price evaluation preference. The source selection process will determine which offeror provides the best value to the Government considering price and non-price factors. Award(s) will be made to the responsive, responsible offeror(s) whose proposals offer the best value to the Government. The award(s) will consist of one 12-month base period and four 12-month option periods. The minimum guarantee per contract is $5,000.00. Work will be ordered on individual Task Orders placed against the contract(s). If multiple awards are made from this solicitation, all successful offerors will be considered in the placement of individual task orders. Individual task orders will range from $1,000.00 to $50,000.00. 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 be posted on the website only. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY REVIEW THE WEBSITE FOR CHANGES. The solicitation will be made available approximately April 30, 2003. All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://edi.disa.mil.
 
Place of Performance
Address: various military activities throughout Arizona, California, and Nevada.
 
Record
SN00301974-W 20030413/030411213756 (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.