Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
MODIFICATION

J -- ANNUAL REGIONAL PLUMBING SERVICES

Notice Date
3/1/2007
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
N40085-05-R-2406
 
Archive Date
1/22/2008
 
Point of Contact
Cynthia Brown, Contract Specialist, Phone 757-444-1138 x 3065, - 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 HUB-Zone
 
Description
The RFP issuance information is amended as follows: The RFP is estimated to be posted on the electornic solicitation (E-sol) website on or before 09 March 2007. End of amendment.******************************************The services to be provided are for tools, materials, equipment, transportation, and management necessary to provide annual regional maintenance and repair plumbing services in support of Commander Mid-Atlantic Region, Norfolk, VA to be performed at Norfolk Naval Ship Yard, Portsmouth; Little Creek Site including - Naval Amphibious Base Little Creek, Norfolk; Sewells Point Site including ? Naval Station and Chambers Field, Norfolk; Oceana Site including ? Naval Air Station, Fleet Training Center Dam Neck and, Fentress Airfield, Virginia Beach; Peninsula Site including ? Naval Weapons Station, Yorktown and Cheatham Annex, Williamsburg. Also included are various locations within a 50-mile radius of the above. This procurement will be limited to those HUBZone firms that are certified under North American Industry Classification System Code (NAICS) 238220, size standard of $13,000,000.00. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following building and structures maintenance: interior plumbing, exterior plumbing, related utility systems and equipment including: low pressure steam, condensate pumps, sump pumps, booster pumps, water distribution systems (fresh and salt), sewage and storm water systems, and related equipment and flood control valves. Centralized Pierside Pretreatment Unit Facility (CPPU) System services located at Bldgs 1593 and 1594, Norfolk Naval Shipyard is required and will include the following: cathodic protection, low pressure compressed air system, plumbing system, sewage ejector, heating, ventilating and cooling system, industrial waste water heating, pumping station ventilation equipment, laboratory equipment, pumping units, industrial waste water pumping station equipment, dry dock and storm water pumping and straining equipment, bolted steel tanks, bolted steel tank oil skimming equipment, instrument and flow measuring equipment, industrial waste water pipe, valves and fittings, mechanical insulation, exterior piping insulation, switchboards, interior distribution, system, fiber optics transmission for interior system, fiber optics transmission for exterior system. Maintenance includes routine and emergency calls that also include managing, operating, altering and repairing facilities and equipment for sustainment, restoration and modernization. The proposed contract will be a combination Firm-Fixed Price and Indefinite Quantity type contract with Award Term Options. Award term options are options that are based on contractor performance. 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 ? Corporate Experience, Factor C ? Past Performance, and Factor D ? Price. The contract will include provisions for a Base Period with (4) Option Years, and five (5) Award Option Years not to exceed 120 months or 10 years. The proposed solicitation 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). Acceptance of the Government Credit Card is required along with the purchase of DOD E-MALL encrypted software. 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 08 February 2007. Estimated proposal due date shall be at least 30 days after the RFP is posted on the E-sol website http://esol.navfac.navy.mil. All 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: See synopsis for locations.
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01241975-W 20070303/070301221642 (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.