Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

56 -- MAINTENANCE & REPAIR OF FACILITIES & HAZARDOUS WASTE FOR NAVY PWC, WASHINGTON @ VARIOUS NATL CAP REG LOCATIONS

Notice Date
2/1/2002
 
Notice Type
Solicitation Notice
 
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
N62477-01-R-0146
 
Response Due
2/28/2002
 
Point of Contact
Peter Higginbotham, Contracting Officer, Phone 202-685-8262, Fax 202-433-6900, - Danny Stubbs, Contracting Officer, Phone 202-685-3141, Fax 202-433-6900,
 
E-Mail Address
higginbothampk@efaches.navfac.navy.mil, stubbsda@efaches.navfac.navy.mil
 
Description
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 maintenance, repair, abatement, and construction of facilities, systems, and equipment services for Navy Public Works Center, Washington, D.C. and its customers at various locations throughout the Washington metropolitan area by means of a combination firm fixed-price and indefinite quantity contract. 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. This procurement is UNRESTRICTED. The NAIC Code for this procurement is 561210 with a size standard of $20 Million. The maintenance, repair, abatement and construction services will direct service provider performance under he Comprehensive Environmental Response Compensation and Liability Act (CERCLA) and the Resource Conservation and Recovery Act (RCRA) as well as the numerous Federal, Navy, State and local Lead and Asbestos regulations. The RFP will involve service provider performance of various workload combinations of maintenance, repair, abatement and construction under various Lead and Asbestos, CERCLA, RCRA, non-lead, Non-asbestos, non-CERCLA and/or non-RCRA regulated maintenance requirements. IN ACCORDANCE WITH FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil. This is not a request for proposal and the complete specification is not available at this time. The Government is seeking industry comment on a Draft performance Work Statement (PWS), provided in PDF format at the Government Electronic Solicitation website (ESOL). 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 this solicitation. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. All contractual and technical inquiries shall be submitted via electronic mail to: higginbothampk@efaches.navfac.navy.mil. Industry comments are due back no later than 28 February 2002 along with your statement of interest. Please send comments back to Peter Higginbotham via E-amil at higginbothampk@efaches.navfac.navy.mil. The final solicitation is scheduled for release on or about 18 March 2002. Proposal evaluation will be in accordance with the procedures set forth in OMB Circular A-76 and Section M of the final Request for Proposal. Any resultant contract will have a performance period, which includes a base year with four option years. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. NOTE: A pre-proposal conference and site visit will be held and the date, time and location will be provided with the final solicitation. NOTE: The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) database. Award will not be made until this requirement is met. Offerors not already registered in the CCR are highly encouraged to do so by calling 1-888-227-2423, or via Internet at http://ccr.dlsc.dla.mil. PART: U.S. Government Procurements SUBPART: Services CLASSCOD: M?Operation of Government-Owned Facilities OFFADD: EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, D.C. 20374-5018 SOL: N62477-01-R-0146 DUE: 022802 POC: Peter Higginbotham (202) 685-8262 LINKURL: http://esol.navfac.navy.mil LINKDESC: NAVFAC ELECTRONIC SOLICITATIONS EMAILADD: higginbothampk@efaches.navfac.navy.mil EMAILDESC: Peter Higginbotham, Contracting Officer CITE: NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 14-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62477/N62477-01-R-0146/listing.html)
 
Place of Performance
Address: Washington Navy Yard, Washington, D.C. and various other Navy PWC areas of responsibility.
Zip Code: 20374-5018
Country: USA
 
Record
SN00402123-F 20030816/030814223329 (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.