Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2004 FBO #0828
SOLICITATION NOTICE

Z -- Structural, Electrical and Mechanical Construction and Maintenance Services at Portsmouth Naval Shipyard Kittery, Maine

Notice Date
3/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-04-R-9501
 
Point of Contact
Al Randazzo, Contract Specialist, Phone (610)595-0623, Fax (610)595-0671, - Irene Katacinski, Contract Specialist, Phone (610)595-0628, Fax (610)595-0671,
 
E-Mail Address
randazzoaf@efane.navfac.navy.mil, katacinskiih@efane.navfac.navy.mil
 
Description
Synopsis: Solicitation N62472-04-R-9501. This procurement is being issued as UNRESTRICTED and is therefore subject to Federal Acquisition Regulation clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns. It is the governments intention to award a Firm Fixed Price/Indefinite Quantity Contract for Structural, Mechanical and Electrical work. The scope of the work shall include providing labor, materials, equipment, transportation, and supervision to perform inspection, testing, maintenance and repairs to building and underground structural, mechanical and electrical systems. Work also includes, but is not limited to, performing inspections, testing, providing reports, technical analyses, cost estimates, performing preventive maintenance and repairs to building structural (exterior), mechanical and electrical systems, equipment and components, underground structural, mechanical and electrical equipment and components. Work also includes inspection, testing, maintenance and repairs to high voltage electrical distribution equipment at Portsmouth Naval Shipyard. This contract shall provide the Government a means to contract for construction, alteration and repair as well as short term facilities maintenance requirements. This contract will provide the Government a means for expedited procurement and should maximize the use of commercial requirement definition and commercial practices to construction. The contract will contain both Service Contract and Davis Bacon Wages. The Term of the contracts will be for a Base Period of 12 months plus four (4) 12 month options. The North American Industry Classification System (NAICS) code for this project is 236210 and the Standard is $28.5 million. Best Value Source Selection Procedures will be utilized for this procurement and interested firms will be required to respond to evaluation factors which include both price and technical factors. Technical proposals received in response to this solicitation will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. The Technical Factors are Relevant Past Performance/Corporate Experience, Management Plan, Key Personnel Experience and Qualifications, Safety Record and Commitment to Small Business Concerns. Technical factors are of equal importance and when combined are approximately equal to price. Based on the proposed prices and other non-price factors, firms offering the proposal considered most advantageous to the government will be selected to receive the contract award. Per the Debt Collections Improvement Act of 1996, The Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html or by referring to DFARS Subpart 204.73. A pre-proposal conference/site visit is planned at the Portsmouth Naval Shipyard, Kittery, Maine. The time, date and instructions for attending the pre-proposal conference will be contained in the solicitation package. Participation in the pre-proposal conference/site visit will be the responsibility of the offerors and are not reimbursable by the Government. The estimated date that the Request for Proposal package will be available is 1 April 2004. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (www.esol.navfac.navy.mil). You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, when the Request for Proposals package becomes available, you will receive an e-mail informing you that the RFP package is available for downloading. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall 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 solicitations plans and specifications. For technical questions concerning this project, contact Al Randazzo at 610-595-0623 or by email at albert.randazzo@navy.mil.
 
Place of Performance
Address: DEPARTMENT OF THE NAVY, FACILITIES AND MAINTENANCE DEPARTMENT, BUILDING 237, PORTSMOUTH NAVAL SHIPYARD, PORTSMOUTH, NH
Zip Code: 03804-5000
Country: UNITED STATES
 
Record
SN00534516-W 20040303/040301222807 (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.