Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
MODIFICATION

R -- DOD Public Private Competition of Support Services, Naval Air Depot, located at Marine Corps Air Station Cherry Point, NC

Notice Date
11/21/2006
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
29406
 
Solicitation Number
N62467-06-R-0107
 
Response Due
1/4/2007
 
Point of Contact
Deborah Taylor, Contract Specialist, Phone 843-820-5780, Fax 843-820-5853,
 
E-Mail Address
debby.taylor@navy.mil
 
Description
Posting of Solicitation, attachments and worksheets JL-1 through JL-5. This is Solicitation Notice for an OMB Circular A-76 (Revised, May 2003) Public-Private Competition, using the standard competition process, to provide Support Services to be performed at Marine Corps Air Station (MCAS) Cherry Point, NC. The required services described above are performed in support of the NAVAIRDEPOT. The business units include: (1) Mail Services; (2) Directives Services; (3) Travel Services; (4) VTC Services, (5) Technical Library Services, and (6) Office Automation Services. There are approximately 68 positions affected by this competition. If the cost comparison results in contract performance, the contract performance period will include a transition period (approximately three (3) months), one base year, and four (4) twelve month option years. A performance-based firm fixed price type contract is anticipated. PARTICIPATION IS THIS ACQUISITION IS UNRESTRICTED. 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 Government?s proposal, considering; 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractor s share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of; (1) ten percent (10%) of the personnel costs in the IHCE or (2) $10,000,000 over the entire 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. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) Charleston, SC will be using Low Price Technically Acceptable Approach source selection process for this acquisition. Please refer to sections L & M of the RFP for details regarding the evaluation criteria and submission requirements. 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 561110. 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. The RFP, attachments, and worksheets JL-1 through JL-5 are posted on esol with a closing date of 04 Jan 2007. A pre-proposal conference will be held on Tuesday, 05 December 2006 see clause L.1.2. Send questions and comments to Deborah P. Taylor (843) 820-5780 e-mail debby.taylor@navy.mil or Candice Borden (843) 820-5945 e-mail candice.borden@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-NOV-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467/N62467-06-R-0107/listing.html)
 
Place of Performance
Address: Commander, Naval Air Systems Command, A Street, Building TR7, Cherry Point, NC
Zip Code: 28533-0021
Country: UNITED STATES
 
Record
SN01247195-F 20070310/070308225418 (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.