Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
MODIFICATION

Z -- Commercial Activities Study for the Naval Base Ventura County, Public Works Department, Ventura, CA

Notice Date
9/16/2003
 
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
N68711-01-R-5103
 
Response Due
11/3/2003
 
Point of Contact
lisa young, contract specialist, Phone 6195321181, Fax 6195324903/3358, - samantha darella, contract specialist, Phone 6195323758, Fax 6195324903,
 
E-Mail Address
younglm@efdsw.navfac.navy.mil, darellass@efdsw.navfac.navy.mil
 
Description
This is the Pre-Solicitation Notice for an OMB Circular A-76 Cost Comparison Study to provide management, personnel, equipment, tools, replacement parts, materials and appropriate licenses to accomplish services for the Naval Base Ventura County, Public Works Department, Ventura, California. The required services include, but are not limited to: Construction Equipment Operations, Motor Vehicle Operations & Maintenance, Structural Fire Suppression, Electrical Plants & Systems Operations, Engineering & Technical Services, Buildings & Structures (Non-Family Housing), Electrical Repair, Plumbing, Heating Maintenance, Air Conditioning Maintenance and Management and Administrative Support. There are approximately 188 positions affected by this study. If the cost comparison results in contract performance, the contract performance period will include one twelve month base year, four (4) twelve month option years and the ability to earn an additional two (2) twelve month award option years based on the award option provisions in section G and J-G1 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, price and other factors considered, will be compared to the Government?s proposal to perform the 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 determined it is in the Navy and Industry?s best interest to streamline the acquisition process by utilizing a Three-Step source selection process. Please refer to sections L & M of the RFP 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(a)(7) 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, 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 or around October 3, 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 of issuance of the RFP. Additional details regarding the Pre-proposal conference will follow in the solicitation notice on FedBizOpps.
 
Record
SN00435734-W 20030918/030916213353 (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.