Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
MODIFICATION

Z -- INDEFINITE QUANTITY JOB ORDER CONTRACT (JOC), CAMP PENDLETON, NAVAL WEAPONS STATION, DETACHMENT FALLBROOK, & MILITARY INSTALLATIONS, SAN DIEGO COUNTY

Notice Date
3/30/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, ROICC Camp Pendleton, MCB Camp Pendleton PO Box 555229/Building 22101, Camp Pendleton, CA, 92055-5229
 
ZIP Code
92055-5229
 
Solicitation Number
N68711-05-R-1252
 
Response Due
5/16/2005
 
Archive Date
5/31/2005
 
Point of Contact
denise winters, contract specialist, Phone 7607250790, Fax 7607253222, - Michele Hovis, Constract Specialist, Phone 760.725.9959, Fax 760.725.8210,
 
E-Mail Address
wintersdp@efdsw.navfac.navy.mil, HovisM@efdsw.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The intention of this solicitation is to obtain an Indefinite Quantity Job Order Contract (JOC). The work includes all labor, equipment, materials, transportation, and supervision necessary to provide an indefinite quantity of miscellaneous construction, repairs, and alteration work at predetermined wage, equipment and material costs, and incidental related work at the Marine Corps Base, Camp Pendleton, CA; and Naval Weapons Station Seal Beach, Fallbrook Detachment, Fallbrook, CA. NAICS Code 236220; Small Business Size Standard: $28,500,000.00. The contract minimum is $10,000.00 with an estimated range more than $10,000,000.00. A firm fixed price indefinite quantity contract with a base year and four option years is anticipated, with a provision for the option to extend services. We are soliciting this requirement as an 8(a) set aside in accordance with FAR Part 19.805-1(a). The contract will be awarded using the Lowest Price Technically Acceptable source selection process. Firms will submit proposals to address the following technical evaluation factors: (1) Management Capability/Quality Control; (2) Experience on similar projects or contracts; (3) Past Performance on similar projects or contracts In accordance with FAR 5.102(a)(7), availability of this solicitation will be limited to the electronic medium; solicitation will be available for viewing and downloading, free of charge, via http://esol.navfac.navy.mil. All prospective offerors and planrooms are required to register as planholders on this web-site. HARD COPIES (PAPER-SETS) OR CD-ROM OF THE SOLICITATION OR THE PLANHOLDERS LIST WILL NOT BE PROVIDED BY THE GOVERNMENT. ALL CONTRACTUAL AND TECHNICAL QUESTIONS MUST BE SUBMITTED IN WRITING AND MAY BE FAXED TO (760) 725-8210. NO TELEPHONE OR E-MAIL QUESTIONS WILL BE ACCEPTED. Notification of any postponements and any amendments to the solicitation will only be posted on this web-site. It is the sole responsibility of the offeror to continually view this web-site for any amendments made to the solicitation. In accordance with DFARS 252.204-7000, ?REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998)?, prospective offerors must be registered in the Central Contractor Registration (CCR) database prior to award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. 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 database (see FAR 4.1102). The tentative date that this solicitation will be available for viewing and downloading is on or about 14 April 2005 with a tentative proposal due date approximately thirty days later.
 
Place of Performance
Address: CAMP PENDLETON, CA
Zip Code: 92055-5229
Country: U.S.A.
 
Record
SN00778846-W 20050401/050330212419 (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.