Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

S -- OPERATIONS AND MAINTENANCE MULTIPLE AWARD SERVICE CONTRACT (MASC) AT VARIOUS LOCATIONS IN SOUTHERN CALIFORNIA

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-R-3627
 
Response Due
2/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the Federal Acquisition Regulations (FAR) Subpart 12.6 and 13. This procurement consists of one solicitation with the intent to award four (4) or more Indefinite Delivery Indefinite Quantity (IDIQ) Operations and Maintenance Service contracts. Services to be performed under the resulting contract(s) include Operations and Maintenance of Buildings and Structures, Building Systems, Utilities Systems (sewer lines, chiller plants, and distribution systems for steam, electrical, gas, and water), Miscellaneous Systems (cathodic protection, emergency generator systems, uninterruptible power system, lighting, fuel storage tank monitoring systems, and energy management and propane systems), Roads and Paved Surfaces, Waterfront (piers and bulkheads and wharfs), Trackage, Airfields, and Family Housing and Bachelor Quarters. THIS ACQUISITION IS SOLICITED ON A 100% SMALL BUSINESS SET-ASIDE BASIS. The North American Industry Classification System (NAICS) Code is 561210 and the size standard is $30 million dollars. The basic contract period will be for 12 months. Each contract contains four (4) 12-month option periods for a total maximum duration of 60 months or a value of $5 million, whichever occurs first. The task order range for this contract is between $2,500 and $5,000,000. The only work authorized under this contract is work ordered by the Government through issuance of a task order. After award of the initial contract(s), each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered to each awardee. Contractors are not guaranteed work in excess of the minimum guarantee. THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD CONTRACT(S) WITHOUT DISCUSSIONS. Therefore, each initial offer should contain the offeror?s best terms from a price and technical standpoint. Selection for award will be based on evaluation of the following: FACTOR 1 ? EXPERIENCE, FACTOR 2 ? PAST PERFORMANCE, FACTOR 3 - STAFFING AND MANAGEMENT FOR BASIC CONTRACT AND PROPOSED TASK ORDER (PTO) 0001, and FACTOR 4 ? PRICE (BASED ON PROPOSED TASK ORDER 0001). Relative Importance of the Evaluation Factors: Factor 1, Factor 2, and 3 are of equal importance. When the proposal is evaluated as a whole, Factors 1, 2, and 3 are approximately equal to Factor 4. The importance of price will increase if offerors non-pricing proposals are considered essentially equal in terms of technical quality, or if price is so high as to significantly diminish the value of a proposal?s technical superiority to the Government. Award will be made to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. Proposed Task Order (PTO) 0001: The Contractor shall be required to perform maintenance, repair, alteration, demolition, and minor construction for Vertical Transportation Equipment (VTE) at various Naval and Marine Corp locations in Southern California, see solicitation for specific locations. The estimated price range for PTO 0001 is between $1,000,000 and $5,000,000. The Government reserves the right to award a single contract for the performance of PTO 0001 only. The Government reserves the right not to award PTO 0001. A SITE TOUR FOR PTO 0001 IS TENTATIVELY SCHEDULED AS FOLLOWS: Camp Pen (1-day) ? tentative proposed date 15 Feb 05, and San Diego Metro (2-days) tentative proposed dates are 16-17 Feb 05 at the time and location to be identified in the solicitation. Offerors will be required to make a reservation by contacting Michelle Crook, Contract Specialist at (619) 532-1949 by 7 February 2005. THIS REQUEST FOR PROPOSAL (RFP) WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY AND WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE VIA THE INTERNET WORLD WIDE WEB http://esol.navfac.navy.mil ON OR ABOUT 30 JANUARY 2005 AND CAN BE FOUND UNDER SOLICITATION/CONTRACT NO. N68711-04-R-3627. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the Government. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the internet. It is the contractors responsibility to check the website daily for any and all amendments to this solicitation. All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://edi.disa.mil. Prospective contractors shall submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA). Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100, Federal Contractor Veterans? Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(D) for that fiscal year. Instructions, information and follow-up assistance is provided at VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or email to: helpdesk@vets100.com. OFFERS ARE DUE ON 24 FEBRUARY 2005 BY 2:00 PM LOCAL TIME AND SHALL BE DELIVERED TO NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST DIVISION, ATTN: MICHELLE CROOK, CODE AQ1.MEC, 1220 PACIFIC HIGHWAY, SAN DIEGO, CA 92132. POINT OF CONTACT FOR THIS SOLICITATION IS MICHELLE CROOK, TELEPHONE (619) 532-1949. THERE WILL NOT BE A PUBLIC BID OPENING.
 
Place of Performance
Address: Southern California
Zip Code: 92132
Country: USA
 
Record
SN00737702-W 20050122/050120212152 (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.