Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

99 -- IDIQ DEMOLITION OF VARIOUS STRUCTURES

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, ROICC Camp Pendleton, MCB Camp Pendleton PO Box 555229/Building 22101, Camp Pendleton, CA, 92055-5229
 
ZIP Code
92055-5229
 
Solicitation Number
N62473-07-R-6301
 
Response Due
11/30/2006
 
Small Business Set-Aside
8a Competitive
 
Description
The intention of this solicitation is to obtain an Indefinite Delivery Indefinite Quantity (IDIQ) Demolition Contract. The work includes all labor, equipment, materials, transportation, and supervision necessary to provide demolition of various structures and abatement projects, and incidental related work at the Marine Corps Base, Camp Pendleton; Naval Ordnance Center, Fallbrook; and various military installations in San Diego County. NAICS Code 238910; Small Business Size Standard: $13,000,000.00. The contract minimum is $5,000.00 with an estimated cost for the base and option period of $4,424,688.50. A firm fixed price indefinite quantity contract with a base year and one option year is anticipated, with a provision for the option to extend services. We are soliciting this requirement as a set aside for Section 8(a) direct award. The source selection process will determine which offeror provides the best value to the Government considering price and non-price factors. Criteria considered in making the award determination includes past performance information, technical experience, safety, and price. Non-price factors are more important than price, however, the importance of price will increase if offerors are considered essentially equal in terms of non-price factors or if price is so significantly high as to diminish the value of the technical superiority to the Government. Firms will submit proposals to address the following technical evaluation factors: (1) Past Performance; (2) Technical Experience; (3) Safety; and (4) Price. In accordance with FAR 5.102(a)(1), 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 plan holders 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 30 October 2006 with a tentative proposal due date approximately thirty days later.
 
Place of Performance
Address: Marine Corps Base, Camp Pendleton, CA
Zip Code: 92055
Country: UNITED STATES
 
Record
SN01167373-W 20061020/061018220723 (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.