Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

Z -- Facilities Maintenance, Repair & Operations Services Southwest Region

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0500-05-R-0058
 
Response Due
9/20/2005
 
Archive Date
10/5/2005
 
Description
The Defense Supply Center Philadelphia (DSCP), Construction & Equipment Directorate, is seeking proposals from business entities interested in participating in an acquisition as a Prime vendor for the roll out of the Facilities Maintenance Services Initiative. The goal is to have a multi-service multiple award contract vehicle that would allow base facility managers to order services on an as-needed basis. The initiative will encompass all services associated with facilities maintenance, repair and operations. The areas to be targeted include but are not limited to: building repairs, roofing, paving, painting, plumbing, pipefitting, heating, air conditioning, locksmith services, elevator maintenance, electrical, glasswork, demolition, lawn maintenance, and facility operations. The initial implementation was awarded in September of 2001 for the Northeast Region of the United States. The first roll out was awarded in April of 2004 for the Southeast Region. This rollout region is defined as the Southwest Region. The target audience will include military bases and all other DoD and Federal agencies within the region. The Southwest Region has been divided into three (3) zones as follows: Zone 1 ? Arizona, California, Nevada and Utah; Zone 2 ? Hawaii; Zone 3 ? Guam. Prospective contractors should be able to adequately support services that will range from a minimum of $10,000.00 to a maximum of $50 million annually for Zone 1 and $10 million annually for Zones 2 & 3. The maximum dollar value is contingent upon the number of facilities utilizing this initiative and the extent of participation of those facilities at any given time. The North American Industry Classification System (NAICS) code is 238990, facilities maintenance services. Subject solicitation will be issued on an unrestricted basis with the resultant awards being firm-fixed price, indefinite delivery, indefinite quantity contracts. It is DSCP?s intention to award up to four (4) contracts per zone. One of the resultant contracts in each zone will be reserved for a small business provided at least one responsible small business concern per zone submits a competitive proposal under this solicitation. The performance period will be for five years, including a two-year base period and three (3) one-year options. This will be a best value source selection acquisition in which technical merit is considered more important than price. Oral presentations will be a part of the technical evaluation. All information submitted is at the offeror?s expense. The Government is not responsible for any aspect of transportation to or from the location for the oral presentation. Solicitation number SP0500-05-R-0058 will be issued on 04 AUG 2005 with a closing date of 20 SEP 2005. After the initial contracts are awarded, all services will be procured through the issuance of task orders, each one defined by a separate statement of work and, each one competed among the successful contractors. All industry firms capable of accomplishing the required services are requested to obtain a copy of this solicitation that can be found on the DLA Gateway at http://progate.daps.dla.mil/home. From the Gateway homepage, select Search RFPs from the left-hand sidebar. Then choose the RFP you wish to view. You must be registered in order to download RFPs. If you are not, follow the prompts and you will be instructed on how to get registered at time of download. RFPs are in portable document format (PDF). In order to download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Telephonic requests will not be honored. Paper copies will not be provided. To obtain further information, please email the designated point of contact: douglas.steinmetz@dla.mil. A pre-proposal conference is scheduled at the DSCP for 25 August 2005 (see the solicitation for a copy of the attendance form). The purpose of this conference is to address comments and questions related to solicitation SP0500-05-R-0058. Questions or comments should be submitted at least five (5) days prior to the day of the conference to allow for inclusion on the agenda. To obtain further information about the pre-proposal conference or other details notify douglas.steinmetz@dla.mil. Fax requests will be accepted at (215) 737-8007.
 
Place of Performance
Address: Southwest Region: Zone 1- Arizona, California, Nevada, Utah; Zone 2 - Hawaii; Zone 3 - Guam
 
Record
SN00851643-W 20050723/050721211623 (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.