Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

Z -- INMATE LABOR COORDINATION CONTRACT

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Pensacola, 520 Turner Street Building 746, Pensacola, FL, 32508
 
ZIP Code
32508
 
Solicitation Number
N62467-05-R-3131
 
Archive Date
6/30/2005
 
Point of Contact
Roger Odom, Contracting Officer, Phone 850-452-5222, Fax 850-452-9398, - Thomas Parenteau, Contracting Officer, Phone 850-452-5494, Fax 850-452-9398,
 
E-Mail Address
roger.odom@navy.mil, thomas.parenteau@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: THIS SOLICITATION WLL BE ISSUED AS 100% SMALL BUSINESS SET-ASIDE. The contractor shall be responsible for the coordination and administration of Federal inmates performing work at Naval Air Station Pensacola (NASP) and the Naval Hospital. NASP also includes Corry Station, Saufley Field, and Bronson Field. Most work is at NASP, Corry Station and Saufley Field. This is a performance specification for an Inmate Labor Coordination contract. The contractor shall manage the total work effort associated with this contract to assure adequate and timely completion of the required services. This function includes a full range of management duties including, but not limited to, work control, scheduling, cost accounting, report preparation, establishing and maintaining records and inventories, warranty enforcement, and quality control. Ground Maintenance operations is a big part of the work effort (85%): lawn care (e.g. policing, mowing, edging and trimming lawns and grounds), flowerbed maintenance, shrub and hedge pruning, fertilization, weed removal, cultivation and mulching, debris removal and disposal, irrigation system maintenance, ditch and drainage structure cleaning, wet and dry retention area maintenance, provide oversight and maintenance of 'Tree Farm' and 'Rock Farm", establishing new flowerbeds, establish and maintain wildflower areas, playground area maintenance (e.g. sand fluffing), fence line vegetation removal, tree pruning, providing topsoil, sodding, tree planting, tree removal, stump removal and erosion control. The remaining (15%) of the work includes the following functions: road repairs, metal trades and labor jobs including engraving name tags/brass plates, painting, minor signage repairs and replacements, Auto Mechanics, Heavy Equipment Mechanics, Heavy Equipment Operation, Carpentry, Brick and Block Laying, Painting, Roofing, Fence Repair and Installation, Phone Repair, Demolition of Structures, Generator maintenance, Concrete Work, Plumbing, Tile Work, Pressure Washing, Pool Work, Electrical and other tasks not discussed above but commonly performed by crafts listed herein.. This solicitation will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by sections of the FAR 15.203 and NFAS for a negotiated procurement utilizing the best value continuum. This method permits evaluation of proposals based on price competition and technical merit. The following factors will be considered for evaluation of technical factors: Factor A – Past Performance; Factor B – Corporate Experience; Factor C – Management; Factor D – Technical Approach/Methods. The Government intends to issue a Solicitation on or about 11 April 2005. To obtain the solicitation, offeror’s must register on the Internet at HYPERLINK http://www.esol.navfac.navy.mil. Additional instructions will be provided on the web page. The official plan holders list will be maintained and can be printed from the web site. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments, therefore IT IS THE OFFEROR’S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2005); 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/N62467V/N62467-05-R-3131/listing.html)
 
Place of Performance
Address: NAVAL AIR STATION 520 TURNER STREET PENSACOLA, FL
Zip Code: 32508
Country: US
 
Record
SN00775220-F 20050325/050323215601 (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.