Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOLICITATION NOTICE

R -- PORTFOLIO MANAGEMENT PROVIDING FINANCIAL AND BUSINESS SERVICES IN SUPPORT OF NAVY AND MARINE CORPS SPECIAL VENTURE ACQUISITION AND PUBLIC PRIVATE VENTURE, NAVFAC HEADQUARTERS, WASHINGTON, D.C.

Notice Date
7/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Housing Maintenance Team, Attn: 02R4 3250 Transmitter Road, San Diego, CA, 92112-8254
 
ZIP Code
92112-8254
 
Solicitation Number
N68711-03-R-4203
 
Response Due
9/1/2003
 
Point of Contact
Connie Ward, Contracting Officer, Phone 619 532 2077, Fax 619 532 2817 , - Connie Ward, Contracting Officer, Phone 619 532 2077, Fax 619 532 2817 ,
 
E-Mail Address
wardca@efdsw.navfac.navy.mil, wardca@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NAVFAC intends to procure the solicitation N68711-03-R-4203 as a Request for Proposal for Portfolio Management, Financial and Business Services in support of Navy and Marine Corps Special Venture Acquisition and Public Private Venture, NAVFAC HQ located in Washington, D.C. The solicitation provides for a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity contract for a Base year and four (4) Option years. The procurement is restricted (one hundred percent (100%) set-aside) for Small Business. The NAICS code is 541611 and the size standard is $6M. Downloading from the Internet is free of charge; however, some specifications may take a considerable amount of time to download. 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 notification of amendments. The solicitation will not be available until on or about 1 AUG 2003. THE GOVERNMENT WILL ISSUE THE SOLICITATION THROUGH THE INTERNET, E-SOLICITATIONS. The URL address from the Internet for downloading this solicitation is http://esol.navfac.navy.mil. Notification of any changes to this solicitation (amendments) will 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. Per the Debt Collections Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised- solicitations issued after 31 May 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contract. Information regarding this registration may be obtained by accessing either of the websites at http://www.ccr2000.com or www.ccr.dlsc.dla.mil or by referring to DFARS Subpart 204.703. The Performance Work Statement indicates the Contractor shall provide all personnel, equipment, tools, materials, management, supervision, travel, transportation, and supplies for financial and business services for Special Venture Acquisition and Public Private Venture (PPV) support. This work shall include due diligence for financial reports, financial feasibility review recommend policies procedures and controls. The Contractor shall provide evaluation of historical income, expense and other data and program analysis, document development, recommendation reports, presentation development, presentations, training and it includes providing expertise in Financial Analysis, Finance, Cost Analysis, Loan Analysis, Planning, and assessment of Special Ventures and Privatization program requirements for the Navy and Marine Corps single home, multifamily home, transient and other facilities. The proposals will be evaluated using the Best Value, Source Selection process. The evaluation factors are 1) Price, 2) Past Performance, 3) Technical Experience of the Offeror and 4) Key Personnel for similar work relating to the Performance Work Statement. There will be no site visit or pre-proposal conference. Pre-proposal inquiries must be submitted via E-mail to Connie Ward at wardca@efdsw.navfac.navy.mil.
 
Place of Performance
Address: NAVFACENGCOM, WASHINGTON NAVY YARD, 1322 PATTERSON AVE SE, STE 1000, WASHINGTON, DC
Zip Code: 2034-5065
Country: USA
 
Record
SN00375353-W 20030720/030718213918 (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.