Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
MODIFICATION

99 -- DEMOLITION OF VARIOUS STRUCTURES

Notice Date
10/30/2006
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-6301A
 
Response Due
12/1/2006
 
Archive Date
12/16/2006
 
Point of Contact
Dawn Bourgeois, Contract Specialist, Phone 760763.2200, Fax 7607258210, - Michele Hovis, Constract Specialist, Phone 760.725.3489, Fax 760.725.8210,
 
E-Mail Address
dawn.bourgeois@navy.mil, Michele.Hovis@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO: (1) EXTEND THE DATE THE SOLICITATION WILL BE AVAILABLE FOR DOWNLOADING FROM OCTOBER 30, 2006 TO NOVEMBER 1, 2006 AND THE PROPOSAL DUE DATE FROM NOVEMBER 29, 2006 TO DECEMBER 1, 2006. (2) REVISE THE PLACE OF CONTRACT PERFORMANCE BY DELETING THE WORDS ?AND VARIOUS MILITARY INSTALLATIONS IN SAN DIEGO COUNTY?. 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 and Naval Weapons Seal Beach Detachment, Fallbrook, CA. NAICS Code 238910; Small Business Size Standard: $13,000,000.00. The contract minimum is $5,000.00 with an estimated range of $1,000,000.00 to $5,000,000.00. 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 date that this solicitation will be available for viewing and downloading is on November 1, 2006 with a proposal due date of December 1, 2006.
 
Place of Performance
Address: Marine Corps Base, Camp Pendleton, CA
Zip Code: 92055-5229
Country: UNITED STATES
 
Record
SN01173152-W 20061101/061030220605 (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.