Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

Z -- Commercial Activities Study for the San Diego Public Works Center, Facilities Maintenance Services

Notice Date
2/11/2004
 
Notice Type
Solicitation Notice
 
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-4303
 
Point of Contact
Samantha Darella, Contracting Officer, Phone 619-532-3758, Fax 619-532-3358,
 
E-Mail Address
samantha.darella@navy.mil
 
Description
This is the Pre-Solicitation Notice for N68711-03-R-4303 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 Maintenance and Engineering Services at Public Works Center, San Diego, California. NOTE: Final issuance of the solicitation is pending approval from OMB of a deviation waiver permitting competition under the OMB Circular A-76 Revised Supplemental Handbook 1996. The required services include, but are not limited to: Emergency and Routine Service Call Work; Recurring Work, including Preventive Maintenance and Inspections and Corrective Maintenance; Facilities Alteration and Repair Work; Manufacturing and Machining Services; Asbestos Abatement and Containment; Backflow Prevention and administrative services; Planning and, Estimating; and Engineering Services. There are approximately 809 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 may include the use of Award Option Years which allows the Service Provider 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 the lowest price/technically acceptable offer to the Government, 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, Naval Facilities Engineering Command, Southwest Division will be using Low Price Technically Acceptable Approach using 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 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 or around 8 March 2004, 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. NOTE: Final issuance of the solicitation is pending approval from OMB of a deviation waiver permitting competition under the OMB Circular A-76 Revised Supplemental Handbook 1996. For any questions, please contact Ms. Brindle Summers at (619) 532-3760 or brindle.summers@navy.mil
 
Place of Performance
Address: Public Works Center San Diego, CA
Zip Code: 92126
 
Record
SN00520709-W 20040213/040211212803 (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.