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 -- B?MULTIPLE AWARD INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) COMMERCIAL ITEMS CONTRACTS FOR FACILITIES SUPPORT SERVICES 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-3628
 
Response Due
3/3/2005
 
Archive Date
3/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement consists of one solicitation with the intent to award multiple (4-6) firm fixed-price IDIQ Commercial Items Service Contracts. Contracts will be awarded to the responsible offeror(s) whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and other factors considered. Services to be performed under the resulting contract(s) include facility support services for grounds, janitorial, pest control, refuse/recycling, street sweeping/snow removal, and swimming pools. The work to be acquired under this solicitation is located at various locations in Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Diego, and Ventura counties in California. The Government reserves the right to award one or more contracts under this solicitation. The Government further reserves the right to award the remaining contracts within the acceptance period based upon the availability of funds for the minimum guarantee. Each contract will be for one (1) base year with the Government having the option to renew for four (4) additional one-year periods. The maximum value for the base period and all options shall not exceed $5 million per contract. Successful offerors will receive a minimum guarantee of $5,000.00. Contractors are not guaranteed work in excess of the minimum guarantee. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue a written task order (TO) to the contractor. Award of task orders will be on a firm fixed-price basis. Awardees shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. Projects assigned to the IDIQ contracts will use the Competitive Task Order (COMTO) approach to scope and price the work. Task Order award factors will vary depending on the unique requirements for each TO and may be competed on the basis of price, best value or technically acceptable, low-price selection procedures. Each TO will provide location, scope of work, period of performance, quantities, technical point of contact, and reference documents. The awarded TO will be a performance scope, firm fixed-price task with a specific completion date. The government makes no representation as to the number of task orders or actual amount of work to be ordered. Selection for contract award will be based on evaluation of technical factors and price. 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. However, the Government reserves the right to conduct discussions if later determined to be necessary by the Contracting Officer. THIS ACQUISITION IS SOLICITATED ON A 100% SMALL BUSINESS SET-ASIDE BASIS. The NAICS for this procurement is 561210 and the size standard is $30.0M. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/ -- on or about 01 February 2005. The Government will NOT provide hard copies (paper sets) or CD-ROM of the RFP. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website daily for any and all amendments to this solicitation. Plan holders list will not be faxed and will be available only at the Internet website address listed above. Note: 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 e-mail at mailto:helpdesk@vets100.com.
 
Place of Performance
Address: Southern California
 
Record
SN00737703-W 20050122/050120212153 (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.