Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

D -- Department of Defense Public-Private Competition of Information Technology (IT) Services performed by FNMOC, located at Monterey, CA

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Competitive Sourcing Acquisition Center of Excellence(ACOE), Attn: Code COE11 1220 Pacific Highway, Bldg 110, San Diego, CA, 92132-5190, UNITED STATES
 
ZIP Code
92132-5190
 
Solicitation Number
N62467-06-R-0117
 
Response Due
2/6/2007
 
Archive Date
2/21/2007
 
Point of Contact
Samantha Darella, Contracting Officer, Phone 619-532-3758, Fax 619-532-1778, - Cassey Sheppard, Contract Specialist, Phone (619) 532-1934, Fax 619-532-1778,
 
E-Mail Address
samantha.darella@navy.mil, cassey.sheppard@navy.mil
 
Description
The Competitive Sourcing Acquisition Center of Excellence (CSACOE), Naval Facilities Engineering Command (NAVFACENGCOM), San Diego site is conducting a standard competition in accordance with OMB Circular A-76 (Revised, May 2003). This PreSolicitation Notice is issued to notify prospective providers a solicitation will be issued on or about 6 December 2006 with an approximate closing date of 6 February 2007. The services are for Information Technology (functional code W310 - Computing Services and/or Database Management) performed at Fleet Numerical Meteorology and Oceanography Command located in Monterey, CA. The business units include: Database Management, Data Distribution, Modeling, Applications Programming, Intranet/Internet Development/ Management Operations and Applications Programming and Operations and sub-elements: Microcomputer Services and Maintenance, Hardware Support, Network Services, System Administration and Engineering Support, Configuration Management Services, and Operational Runs. There are approximately 85 (71 of DOD civilians and 14 of military) Full Time Equivalent positions affected by this study. If the cost comparison results in contract performance, the contract performance period will include a transition period (approximately four (4) months), one base year, and four (4) twelve month option years. The solicitation will be a performance-based firm fixed price type contract. A DETERMINATION OF WHETHER OR NOT THIS WILL BE AN UNRESTRICTED PROCUREMENT IS STILL UNDER REVIEW. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) will be using Low Price Technically Acceptable Approach source selection process for this acquisition. Please refer to sections L & M of the RFP once issued for details regarding the evaluation criteria and submission requirements. The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the lowest price, technically acceptable (LPTA) offer as defined in FAR 15.101-2 and the OMB Circular, A76 (Revised May 2003). A contract will not be awarded unless the LPTA Offer is less than the Governments proposal, considering 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractors share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of (1) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. All potential Offerors are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) and DFARS 252.204-7004, ALTERNATE A (NOV 2003), lack of registration in the CCR database will make an Offeror ineligible for award. The North America industry classification system (NAICS) code for this acquisition is 541513. In accordance with FAR 5.102 availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil . The official plan holders list will be maintained on and can be printed from the website. All prospective Offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering Offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, Offeror type (prime contractor, sub contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. A pre-proposal conference is currently scheduled to be held on Saturday, December 16, 2006 in Monterey California. This however is subject to change dependent upon when the solicitation is issued. Therefore if interested in attending please ensure you are registered on the ESOL website identified above for updates as they are posted. Additional details regarding the Pre-proposal conference will be provided in the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-NOV-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N68711AF/N62467-06-R-0117/listing.html)
 
Place of Performance
Address: 7 Grace Hopper Ave, Stop 1, Monterey, CA.
Zip Code: 93943
Country: UNITED STATES
 
Record
SN01186081-F 20061124/061122222455 (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.