Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
MODIFICATION

Z -- IQMACC roofing

Notice Date
8/17/2004
 
Notice Type
Modification
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-04-r-0003
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Carole Pias, Contract Specialist, Phone 847-688-2600x125, Fax 847-688-6567,
 
E-Mail Address
carole.l.pias@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SOLICITATION NOTICE. THIS SOLICITATION IS SET-ASIDE FOR THE SMALL BUSINESS ADMINISTRATION (SBA) PROGRAM UNDER SECTION 8(a) IN THE PORTFOLIO OF THE SBA/CHICAGO DISTRICT OFFICE, ILLINOIS. This solicitation will be competed amongst eligible section 8(a) firms certified for participation in the 8(a) program, which have NAICS code 238160 and the size standard is $12.0 million. Upon determination of the successful offeror, SBA will provide a notice of eligibility of the firm’s status. For this acquisition, it has been determined that the competition will be limited to 8(a) firms serviced by the Illinois District Office. All other firms are deemed ineligible to submit offers. An award of up to three 8(a) firms will be made. The work includes, providing all labor, material, equipment transportation and supervision required for, renovation, including but not limited to removal, replacement and repair of roof assemblies for non- residential and residential structures located at the Naval Training Center complex, Glenview, Fort Sheridan and within a 60 mile radius. This solicitation is formatted as a Request for Proposal in accordance with the requirements designated by Federal Acquisition Regulations (FAR) part 15 negotiated procurements utilizing Source Selection procedures of FAR 15.3. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to this solicitation will be the “BEST VALUE” TO THE government, price and technical factors considered. OFFERORS ARE ADVISED THAT AN AWARD MIGHT BE MADE WITHOUT DISCUSSIONS OR ANY CONTRACT CONCERNING THE PROPOSALS SUBMITTED. Offers should be submitted in the most FAVORABLE terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, and /or revise their proposals. Offerors will be evaluated on the following factors: Factor A-Past Performance and Relevant Project Experience: and Factor B-Technical Requirements/Project Organization, Quality Control and Safety. In accordance with FAR Clause 52.236-1,contractors will be required to perform at least 25% of the work with it’s own organization. The FSC Code is Z199. The estimate cost range is between $5,000,000 and $10,000,000 for the base year and four (4) year option periods for a total of 5 years. The performance period for the base year period is 365 calendar days from the date of the award. The proposal due date is Aug. 16,2004. Offers will not be publicly opened. The Official Plan holders List will be created by registration and be available from the web site ONLY. Amendments will be posted on the web site for downloading. This will normally be the method of distribution amendments; therefore, it is the offeror’s responsibility to check the web site periodically for any amendments to this solicitation. For inquiries, please contact Ms. Carole Pias at (847)-688-2600 x 125 or Mrs. Marla Littlefield at (847) 688-2600 x121. Our fax number is (847) 688-3124. My e-mail address is carole.l.pias@navy.mil, or marla.littlefield@navy.mil. NOTE: Prospective contractors must be registered in the Central Contractor’s Registration (CCR) database prior to the award of a DOD contract. Offerors are further advised that failure to register in the DOD CCR database may render your firm ineligible for award. Contractors not already registered in the CCR are highly encouraged to do so. For more information, see the CCR website at http://www.ccr.gov/ or by calling 1-888-227-2423. AMENDMENT 1. The date for proposals is extended to Tuesday ,Aug 24,2004 at 2:00 PM 2. Section 00909 ,paragraph 2.0b submit original and six copies 3. Amend drawing #1206964 to include the removal of the air conditioning and lighting. Include these line items for the seed project under MISC 1,2 etc. at the bottom of the page for the seed project in Section 00909,page 101. (See drawing at the following website: ftp:/FTPUser:f87hc9@ftp.efdsouth.navfac.navy.mil in a folder marked IQMACC roofing. Under general notes: drawing for Roof plan building 617, (same web site as above) Delete #4 note "structure Slopes to Roof Drains" and replace with note #4 "Roof structure is dead level. Provide 1/8" tapered insulation-slope to drains." Clause 52.236-27 The site manager is Mr.Tim Meland 847-688-2600 X428. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68950/N68950-04-r-0003/listing.html)
 
Place of Performance
Address: The seed project will be at building 617, Great Lakes, IL
Zip Code: 60088
 
Record
SN00646044-F 20040819/040817214554 (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.