Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOURCES SOUGHT

R -- Base Operating Services at Naval Air Station, Patuxent River

Notice Date
7/13/2006
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-06-R-0470
 
Response Due
8/8/2006
 
Archive Date
8/23/2006
 
Point of Contact
Wanza Jonjo, Contract Specialist, Phone (202) 685-3306, Fax (202) 685-1788, - Edward Charette, Contracting Officer, Phone (202) 685-0702, Fax null,
 
E-Mail Address
wanza.jonjo@navy.mil, edward.charette@navy.mil
 
Description
SOURCES SOUGHT NOTICE: NAVAL FACILITIES ENGINEERING COMMAND WASHINGTON (NAVFAC WASHINGTON) IS SEEKING TO IDENTIFY POTENTIAL SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESSES (SDB) CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION (SBA) UNDER PROVISIONS OF THE SECTION 8a PROGRAM, AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), CAPABLE OF PROVIDING ALL LABOR, SUPERVISION, MANAGEMENT, TOOLS, MATERIALS, EQUIPMENT, FACILITIES, TRANSPORTATION, AND OTHER ITEMS NECESSARY TO PROVIDE THE SERVICES OUTLINED BELOW AT NAVAL AIR STATION, PATUXENT RIVER, MARYLAND; WEBSTER FIELD ANNEX, ST. INIGOES, MARYLAND; SOLOMON?S ANNEX, SOLOMON?S, MARYLAND AND POINT LOOKOUT, MARYLAND BY MEANS OF A COMBINATION FIRM-FIXED PRICE (FFP) AND INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) CONTRACT. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUANCE OF AN RFP. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE NAVAL FACILITIES ENGINEERING COMMAMD (NAVFAC WASHINGTON) TEAM, IMPLIED OR OTHERWISE, TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. AN AWARD WILL NOT BE MADE ON OFFERS RECEIVED IN RESPONSE TO THIS NOTICE. IF THE SOLICITATION IS ISSUED, SOURCE SELECTION PROCEDURES WILL BE USED, WHICH WILL REQUIRE OFFERORS TO SUBMIT TECHNICAL EXPERIENCE, PAST PERFORMANCE, AND PRICE FOR EVALUATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR THE COST ASSOCIATED WITH ANY EFFORT EXPENDED IN RESPONDING TO THIS NOTICE. THE NAICS CODE FOR THIS PROPOSED PROCUREMENT IS 561210 (SIZE STANDARD IS $32.5 MILL). THERE WILL BE A 45-60 DAY TRANSITION PERIOD TO FULL PERFORMANCE. IF AWARDED, THE CONTRACT WILL CONSIST OF A BASE PERIOD AND OPTIONS TOTALING 60 MONTHS OF PERFORMANCE. START-UP AT INDIVIDUAL LOCATIONS WILL BE PHASED-IN DURING THE BASE PERIOD AND EARLY OPTION YEARS OF THE CONTRACT. Description: The successful contractor, to any forthcoming solicitation, shall perform all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide: Facilities Support (Facilities Investment, Refuse Collection and Recycling, Swimming Pools); Utilities (Electrical, Wastewater, Water) at Naval Air Station, Patuxent River, Maryland; Webster Field Annex, St. Inigoes, Maryland; Solomon?s Annex, Solomon?s, Maryland and Point Lookout, Maryland by means of a Combination Firm-Fixed price (FFP) and Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The Government reserves the right to add Harbor Security, Safety and Security Ops into the contract in the future STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will determine the feasibility and/or basis for NAVFAC Washington?s decision to establish this requirement as a competitive Small Business, competitive 8a, HUBzone Small Business or Service Disabled Veteran Owned Small Business, set-aside acquisition. Interested firms who qualify in any of these categories must submit a SOC, which describes, in detail, the firm?s capability of providing the above services. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) a copy of 8a certifications (if 8a certified, provide the SBA Business Opportunity Specialist?s name and phone number assigned); HUBzone certification and SDVOSB status or Small Business Status; (5) indicate if the firm is registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database; (6) provide proof of licenses and bonding capacity; (7) information on relative past projects that best illustrate your qualifications for this contract, of specific interest are multi-site projects (list up to 5 projects performed within the last 5 years). Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing and managing Facilities Support (Facilities Investment, Refuse Collection and Recycling, Swimming Pools); Utilities (Electrical, Wastewater, Water). Provide the following information for each project listed: a. contract number and project title; b. name of contracting activity; c. Administrative Contracting Officer?s name, current phone number; d. Contracting Officer?s Technical Representative (COTR) or primary point of contact name and current phone number; e. contract type (e.g. firm-fixed price, IDIQ, combination firm-fixed price/IDQ, requirements or cost plus); f. period of performance (start and completion date); g. annual award amount and final contract value; h. summary of contract work; (8) training/mobilization capability to get from award to start date; and;(9) sub-contract management. Provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint-ventures with 8a members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm?s capabilities to perform the defined work. The SOC must be on 81/2 x 11? standard paper and is limited to 20 single-sided pages (10-12 font), including all attachments). Interested parties shall mail, hand deliver, or e-mail the SOC responses to: NAVFAC Washington, (ATTN: Ed Charette/Wanza Jonjo, AQ-12), 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-3134, or e-mail: wanza.jonjo@navy.mil or edward.charette@navy.mil. The points of contact for any questions and/or concerns are: Wanza Jonjo, Contract Specialist, ph: (202) 685-3306 or Ed Charette, Contract Specialist, Phone 202-685-0702, Fax 202-685-1788, email: edward.charette@navy.mil. SOC?s are due no later than 2:00 pm EST on July 7, 2006.
 
Place of Performance
Address: NAVAL AIR STATION, PATUXENT RIVER, MARYLAND; WEBSTER FIELD ANNEX, ST. INIGOES, MARYLAND; SOLOMON?S ANNEX, SOLOMON?S, MARYLAND AND POINT LOOKOUT.
Zip Code: 20670
Country: USA
 
Record
SN01088563-W 20060715/060713221451 (fbodaily.com)
 
Source
FedBizOpps 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.