Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
MODIFICATION

H -- Calibration of Fuel System Gauges, Meters and Relief Valves

Notice Date
11/27/2006
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-06-R-1261
 
Archive Date
1/31/2007
 
Point of Contact
Cynthia Brown, Contract Specialist, Phone 757-322-4421, - LeeArjetta Hamilton, Contract Specialist, Phone 757-322-4427, Fax 757-322-4611,
 
E-Mail Address
cynthia.brown@navy.mil, leearjetta.hamilton@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Officer in Charge requires of all labor, management, supervision, tools, material and equipment, facilities, transportation, incidental engineering, and other items required to provide calibration of fuel system gauges, meters and relief valves to be performed under the Firm Fixed Price Section of contract. Upon completion of work, the Contractor shall provide the accountable government representative with all test reports inspection and certification forms. All work shall be accomplished in accordance with manufacturer?s written recommendations and intent, and all existing local, state and federal rules and regulations including, but not limited to; 9 VAC 25-91-10 et seq.; 9 VAC 25-580-10 et seq.; 40 CFR 112.7; 49 CFR 195.300; 29 Code of Federal Regulations Part 1926; EM 385 1-1; NAS Oceana guidance and instructions and all OSHA, Federal and State safety regulations. Additional work locations may be added at various naval facilities within a fifty-mile radius of the Naval Station, Norfolk, VA. The work identified is to be provided by means of a combination Firm-Fixed price/Indefinite Quantity type contract. Source selection procedures will be utilized in accordance with FAR Part 15. Award will be made to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP) will be most advantageous to the Government resulting in the best value. All offerors will be evaluated using the Lowest Priced Technically Acceptable Method. The following evaluation factors apply: Factor A - Technical Approach/Management, Factor B - Experience, Factor C - Past Performance, and Factor D - Price. All technical factors (A, B, and C) are of equal importance. A performance-based incentive option which allows for the use of a contract performance period in excess of five years will be incorporated into the solicitation. Offers shall be submitted for the period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract for additional periods of one to twelve months. The total contract term including the exercising of any options, shall not exceed 120 months. The proposed procurement will be issued as a NAVFAC Electronic Facilities Support Contract with online ordering using DOD E-MALL for all Indefinite Quantity Exhibit Line Item Numbers (ELINs). IDIQ work may be ordered utilizing DoD EMALL or on a task order in accordance with the PROCEDURES FOR ISSUING ORDERS. Acceptance of the Government Credit Card is required along with the purchase of DOD E-MALL encrypted software. The North American Industry Classification System (NAICS) is 541380, the size standard is $11,000,000.00. The proposed procurement listed herein is 100% set-aside for Small Businesses. The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the electronic solicitation (E-sol) website on or about 18 December 2006. Estimated proposal due date shall be at least 30 days after the RFP is posted on the E-sol website. The site address is http://esol.navfac.nay.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-sol website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONSIBILITIY OF THE OFFEOR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for 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.
 
Place of Performance
Address: NAVFAC MIDLANT, OCEANA, VIRGINIA BEACH, VA
Zip Code: 23460-2190
Country: UNITED STATES
 
Record
SN01186796-W 20061129/061127220608 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.