Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
MODIFICATION

19 -- OPERATION AND MAINTENANCE OF WATERFRONT SECURITY BARRIER SYSTEM

Notice Date
3/15/2007
 
Notice Type
Modification
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N6268807RC039FN
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Point of Contact
Debra Smith, Contract Specialist, Phone 757-443-1384, Fax 757-443-1333,
 
E-Mail Address
debra.w.smith@navy.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The solicitation is posted under number N00189-07-R-0016. The Government intends to negotiate a Firm Fixed Price contract and will utilize procedures in accordance with FAR Subpart 12.6 of the Federal Acquisition Regulation (FAR) for Operation and Maintenance of the security barrier systems in the Hampton Roads area as required by the Commander Navy Region Mid-Atlantic Port Operations. The barrier systems will be provided by the government. For Barrier maintenance, and repair, the contractor will be responsible for performing operator level maintenance in accordance with the Manufacturer?s Technical and/or Operator?s manuals or other guidance provided by the Navy. During normal working hours, while not engaged in barrier and asset movement, contractor will perform scheduled and/or required maintenance and repair of the barrier systems. Routine tasks include but are not limited to: (1) Daily system integrity inspection; (2) Replacement of damaged/worn components and connection hardware; (3) Repair, maintenance and replacement of lighting; (4) Marine growth removal and, (5) Inventorying barrier systems and upkeep of government. The contractor is responsible for performing operator level maintenance in accordance with the Manufacturer?s Technical and Operator?s Manuals or other guidance provided by the Navy. Contractor will request clarification of any conflicts in the referenced documentation. Although the main intent of the contract is for barrier system operation and maintenance, the contractor may be tasked to move other assets or perform other tasks to include scheduled and/or required maintenance and repair of the boats being utilized. All tasks will be prioritized by the Navy. The period of performance for the resultant contract will be for a period of one (1) year, with provisions for four (4) ? 1 (one) year option periods. A complete RFQ package will be available on or about February 20, 2007 by downloading he documents at the NECO Website as follows: http://www.neco.navy.mil or at http://www.fedbizopps.gov. This is a 100% total small business set-aside, the size standard is 500 employees and the applicable NAICS Code is 488310. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above sites; this office will no longer issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts for any Federal Agency. NO SOLICITATION EXISTS AT THIS TIME. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offeror at anytime prior to award. The prospective awardees must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. 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. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by March 9, 2007 at 2:00 P.M. Offers can be emailed to debra.w.smith@navy.mil, faxed to 757-443-1333/1376 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Debra W. Smith, Norfolk, VA.23511-3392. Numbered Note 1 applies.
 
Place of Performance
Address: Hampton Roads, Virginia
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01252248-W 20070317/070315222622 (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.