Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

12 -- Annual Regional Maintenance and Repair of Fire Protection Equipment and Systems, All Sites

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
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-1186
 
Small Business Set-Aside
8a Competitive
 
Description
The Officer in Charge requires all labor, management, supervision, tools, material, and equipment required to maintain and repair fire protection equipment and systems. The work includes both routine and emergency service calls, development and implementation of a Preventative Maintenance (PM) program for all fire protection systems, fire alarm systems, fire hydrants, and fire pumps, and other recurring services. The work will be performed in the Hampton Roads, VA Region at various naval facilities, including Norfolk Naval Shipyard, Portsmouth; Little Creek Naval Amphibious Base, Norfolk; Sewells Point: Naval Station and Chambers Field, Norfolk; Oceana Site: Naval Air Station, Fleet Training Center Dam Neck, Camp Pendleton, and Fentress Airfield, Virginia Beach; Peninsula Sites: Naval Weapons Station, Yorktown, and Cheatham Annex, Williamsburg. Also included are various locations within a 50-mile radius of the above. The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity type of contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government. All offerors will be evaluated using the Lowest Price Technically Acceptable Method. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror?s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The evaluation factors are: Factor A ? Technical Approach/Management, Factor B ? Corporate Experience, Factor C ? Past Performance, and Factor D ? Price. Technical Factors A, B and C are of equal importance, and, when combined, are approximately equal to price. Offers shall be submitted for the performance of work for a 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 exercise 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 EMALL for all Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted software. The North American Classification System (NAICS) is 561990, and the Size Standard is $6,500,000.00. The proposed procurement listed herein is a 100% set-aside for 8(a)-certified contractors. 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 May 1, 2007. The 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.navy.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 RESPONISBILITY OF THE OFFEROR 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: Hampton Roads, VA
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01275192-W 20070419/070417221633 (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.