Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

Z -- A-76 STUDY OF FACILITY SUPPORT SERVICES FOR MARINE CORP BASE CAMP PENDLETON, CA

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, A-76 Contracts Team, Attn: Code 02X2 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-4301
 
Response Due
8/12/2003
 
Point of Contact
samantha darella, contract specialist, Phone 6195323758, Fax 6195324903,
 
E-Mail Address
darellass@efdsw.navfac.navy.mil
 
Description
This modification amends FEBIZOPS notices dated 19 May 03, 6 Jun 03, and 16 June 03 as follows: This Solicitation Notice is for an OMB Circular A-76 Cost Comparison Study to provide management, personnel, equipment, tools, replacement parts, materials and appropriate licenses to accomplish Facility Support Service at Marine Corp Base Camp Pendelton, Ca. This study will be completed under the rules of the 1996 Supplemental Handbook, DoD Cost Manual and OPNAVINST 4860.7C. The required services include, but are not limited to: Maintenance and Repair of Real Property including some Family Housing requirements; Environmental Protection; Operation and Maintenance of Utility Systems, such as: Electrical Distribution Systems, Natural Gas Distribution Systems, Wastewater and Potable Water Systems, Heating and Air Conditioning Systems, Boilers; Operations and Maintenance of Landfill operations; and Maintenance of Improved and Unimproved roads. There are approximately 426 positions affected by this study. If the cost comparison results in contract performance, the contract performance period will include one base year, four (4) twelve month option years and the ability to earn an additional two (2) twelve month award term years based on the award term provisions in section G of the solicitation. A performance-based combination firm fixed price, indefinite quantity type contract is anticipated. PARTICIPATION IS THIS ACQUISITION IS UNRESTRICTED. In accordance with OMB Circular A-76, the offer determined to represent the best value to the Government, from selection of the technically acceptable proposal with the lowest evaluated price, will be compared to the Government?s proposal to perform said services. A contract will not be awarded unless (1) the costs of contracting are lower than the costs of continued Government performance by a factor equal to or greater than (10) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, Engineering Field Division Southwest will be using Low Price Technically Acceptable Approach using a three-step source selection process for this acquisition. Please refer to sections L & M of the RFP once issued for details regarding the evaluation criteria and submission requirements. All potential offerors are reminded, in accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001), lack of registration in the CCR database will make an offeror ineligible for award. The North America industry classification system (NAICS) code for this acquisition is 561210. In accordance with FAR 5.102 availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil . The official plan holders list will be maintained on and can be printed from the website. All prospective offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, offeror type (prime contractor, sub contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. The RFP will be available on the NAVFAC website on 12 August 2003 with a closing date for Step I proposals due 30 days after issuance of the RFP. A Step I pre-proposal conference will be held within 10 days (proposed for 20 August 2003 at Camp Pendleton) of issuance of the RFP. Additional details regarding the Pre-proposal conference will follow on NAVFACs ESOL Website.
 
Place of Performance
Address: Marine Corps Base Camp Pendleton, Ca
Zip Code: 92055-5013
Country: United States
 
Record
SN00390161-W 20030803/030801213938 (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.