Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

Z -- NNMC Grease Trap Maintenance

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-05-R-0401
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: Grease Trap Maintenance prepared in accordance with the format in FAR 12 & FAR 13.5 Test Program for Certain Commercial Items. The Contractor shall furnish all labor, supervision, materials, equipment, supplies and transportation to perform grease trap maintenance at National Naval Medical Center (NNMC), Bethesda, MD. The estimated solicitation issuance date is on or about 02 December 2004 and the closing date is 14 December 2004. The Standard Industrial Classification (SIC)code is 4959, NAICS Code 562998 and the small business size standard is $5.0M. This proposed acquisition is 100% set-aside for small business. Wage Determination No. 94-2103 Rev 32 dated 5/27/2004 is applicable and will be provided within the full solicitation (N40080-05-R-0401) on NAVFAC?s ESOL website. National Naval Medical Center (NNMC) Bethesda, Maryland is procuring a Facility Support (service) Contract to furnish Grease Trap Maintenance. The contract is Firm Fixed Price (FFP) + Indefinite Quantity (IDQ) and will be for a base year and four (4) 12 month option periods. Base Period services are to begin February 1, 2004. Note: Offeror shall submit pricing for Base Year and Option Periods for each line item: CLIN 0001 Base Year FFP, CLIN 0002 Base Year IDQ, CLIN 0003 Option 1 FFP, CLIN 0004 Option 1 IDQ, CLIN 0005 Option 2 FFP, CLIN 0006 Option 2 IDQ, CLIN 0007 Option 3 FFP, CLIN 0008 Option 3 IDQ, CLIN 0009 Option 4 FFP, and CLIN 0010 Option 4 IDQ. Unit pricing and extended prices shall be proposed on ELIN Exhibits A through K and Exhibit totals shall then be transferred to corresponding Section B Line items. The estimated dollar range including Base Period and all Option Periods is under $500K. Evaluation of options shall not obligate the Government to exercise the option(s). Standards: All work shall meet or exceed standard industry practices with all applicable licenses, safety codes and permits required by the Federal Government, and State of Maryland and comply with all Base Regulations. Offerors shall submit with their offer all applicable licenses and permits required by the Federal Government, and State of Maryland. Provision 52.212-1, Instructions to Offerors Commercial Items, is applicable, as is Clause 52.212-2, Evaluation - Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Factors for Basis of Award: (a) Price, (b) Past Performance; Past Performance: (1) Contract performance: Describe similar contract performance with private sector facilities within the last 5 years, and/or other federal agencies; (2) Service Technicians: Offeror shall submit the names of all qualified Service Technicians that will be performing the work to include their experience. (3) Offerors shall submit a listing of current and previous contracts performed within the last 5 years. Include in the listing the name of the activity, address, person to contact, telephone number, and dollar amount of the contract including all options. All criteria as listed herein are required. All responsible small business sources may submit a proposal that will be considered by the Navy. Award may be made without any written or oral discussions with any offeror. Clause 52.212-4, Contract Terms and Conditions Commercial Items is applicable to this acquisition (OCT 2003). In addition Clause 52.217-5, Evaluation of Options (JUL 1990), 52.217-8, Option to Extend Services (NOV 1999), 52.217-9, Option to Extend the Term of the Contract (MAR 2000), 52.228-5, Insurance Work on a Government Installation, applies to this acquisition (JAN 1997), as well as 52.246-20 Warranty of Services (May 2001). Offeror must submit a completed copy of provision 52.212-3, Offeror Representations, and Certifications Commercial Items, with its proposal (JAN 1997) and clause 52.212-5, Contract Terms and Conditions, Required to Implement Statutes or Executive Orders Commercial Items, that applies to this acquisition (OCT 2004). A Firm Fixed Price, Indefinite Quantity Contract will be awarded. Proposals are requested in writing and shall be submitted it to the address herein not later than 2:00 p.m. local time on (Tuesday, December 14, 2004). Your firm?s name, the solicitation number, point of contact w/ phone, fax, and e-mail address shall be listed on the outside of your response for identification. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download free of charge via: www.esol.navfac.navy.mil under solicitation N40080-05-R-0401. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. Notification of any amendments to the solicitation will only be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments made to the solicitation. The winning offeror must be Central Contractor Registered (CCR) prior to contract award and/or the performance start date. POC: Steven Parker, Ph: (202) 685-8013, Fax: (202) 685-1788, e-mail: Steven.M.Parker1@navy.mil
 
Place of Performance
Address: Bethesda, Maryland, National Naval Medical Center
Country: USA
 
Record
SN00709599-W 20041119/041117212151 (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.