Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2004 FBO #0940
SOURCES SOUGHT

Z -- INDEFINITE QUANTITY ELECTRICAL EXTERIOR LIGHTING AT MARINE CORPS BASE, CAMP PENDLETON, CA AND NAVAL WEAPONS STATION, FALLBROOK ANNEX, FALLBROOK, CA

Notice Date
6/21/2004
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Camp Pendleton Field Team, MCB Camp Pendleton PO Box 555229/Building 22101, Camp Pendleton, CA, 92055-5229
 
ZIP Code
92055-5229
 
Solicitation Number
N68711-04-B-5254
 
Response Due
7/2/2004
 
Archive Date
7/7/2004
 
Point of Contact
david dickhoff, contract specialist, Phone 7607250791, Fax 7607258210, - dawn bourgeois, contract specialist, Phone 7607250783, Fax 7607258210,
 
E-Mail Address
dickhoffda@efdsw.navfac.navy.mil, bourgeoisdk@efdsw.navfac.navy.mil
 
Description
SOURCES SOUGHT FOR IDIQ EXTERIOR LIGHTING REPAIR AND REPLACEMENT: This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Southwest Division, Naval Facilities Engineering Command, Resident Officer in Charge of Construction, Camp Pendleton is seeking U.S. Small Business Administration (SBA) CERTIFIED 8(a) and/or HUBZone SOURCES with current relevant qualifications, experience, personnel, and capability to perform a indefinite quantity construction contract that covers the repair and replacement of, or installation of new, various types of EXTERIOR LIGHTING on commercial buildings and in residential housing areas. This project shall cover all work related to exterior lighting including, but not limited to, residential streets, parking lots, buildings, walkways, playgrounds, ball fields, tennis courts, basketball courts and airfield lighting. This project shall cover all work related to overhead and underground electrical service and control of exterior lighting. The North American Industry Classification System (NAICS) Code is 238210, ELECTRICAL CONTRACTORS, with a Small Business Size Standard of $12 million. The contract will be for one base year with 4 one-year renewable options, resulting in the contract performance time of maximum 5 years. The estimated total contract price for the base year and all option years is $2,000,000. Work will be ordered on individual task orders placed against the contract. Individual task orders normally will range from $300.00 to $10,000.00. Interested sources are invited to respond to this Sources Sought announcement by using the form, provided under separate file, titled ?Sources Sought Information Form?. Submit a maximum of 5 projects describing the following: 1) Experience: Describe the Government or commercial contracts your firm has completed in the last 5 years showing experience with the various types of exterior lighting repair/replacement indicated in this announcement. For each of the projects submitted for experience, provide the title, location, contract value, type of contract, contract completion date, customer point of contact including phone number, and a narrative description of the products/services provided by your firm. Provide information of the firm experience on previous exterior lighting maintenance work with project cost in the range between $1,000.00 and $30,000.00. 2) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Identify which locations you are willing to work. 4) Identify whether your firm is a SBA certified 8 (a) or HUBZone business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, ROICC Camp Pendleton will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a) or HUBZone small business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this Sources Sought announcement by 2:00 p.m. 02 July 2004 to Naval Facilities Engineering Command, Resident Officer in Charge of Construction, Camp Pendleton, Code 5CC2.DD, PO Box 555229, Camp Pendleton, CA 92055-5229. You may also email your response to dickhoffda@efdsw.navfac.navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a Sources Sought announcement, no evaluation letters will be issued to the participants.
 
Place of Performance
Address: Marine Corps Base, Camp Pendleton
Zip Code: 92055
Country: United States of America
 
Record
SN00607187-W 20040623/040621212207 (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.