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
MODIFICATION

S -- Panama City BOS Sources Sought

Notice Date
4/17/2007
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, Building 902 P. O. Box 30, Jacksonville, FL, 32212-0030, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-PanamaCity
 
Response Due
4/23/2007
 
Archive Date
5/8/2007
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The Solicitation Number for this project will be provided under the formal synopsis published within the next several weeks. In the meantime please refer to this project as the ?Panama City BOS Sources Sought?; The Naval Facilities Engineering Command, Southeast, is currently seeking potential sources for a combination firm fixed price (FFP) and indefinite-delivery, indefinite-quantity (IDIQ) type contract with a base period of twelve months and four (4) one-year option periods. The NAICS Code for this solicitation is 561210, Facilities Support Services. The Small Business Size Standard is $30,000,000.00. The intention of this solicitation is to obtain Base Operating Support Services primarily for Coastal Systems Station, Panama City, FL. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below to perform public works administration, janitorial, pest control, refuse collection and recycling, other (swimming pools), and environmental services. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. Anticipate the solicitation will be released on or about 30 April 2007. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The official plan holders list will be maintained on, and can be printed from the internet site: http://esol.navfac.navy.mil. All prospective offerors must register as plan holders on the internet website for this solicitation. Each company must indicate if it is a prime contractor or subcontractor. The solicitation will be available for download free of charge via the Internet World Wide Web at: http://esol.navfac.navy.mil. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via Internet at: http://ccr.dlsc.dla.mil or http://www.ccr.gov. All contractual and technical inquires shall be submitted via electronic mail to chris.mclaughlin@navy.mil IT IS THE GOVERNMENTS INTENTION TO ISSUE THE MARKET SURVEY AND EVENTUALLY THE SOLICITATION, EXCLUSIVELY THROUGH THE INTERNET WEBSITE AT http://esol.navfac.navy.mil. The entire solicitation will be available at the site for viewing or downloading. This will normally be the only method of distribution of amendments; therefore IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The official plan holder list will also be maintained on and can be printed from the web site. The Government will not pay for information requested nor will it compensate any respondent for any proposal. We are conducting this Market Research to determine interest and capability of potential sources. Companies wishing to respond must answer the questions below and scan or otherwise electronically attach their responses and submit them by close of business 23 APR 2007 to chris.mclaughlin@navy.mil. MARKET RESEARCH FOR MULTIFUNCTION FACILITIES SUPPORT SERVICES FOR COASTAL SYSTEMS STATION, PANAMA CITY, FL NAME OF COMPANY: ADDRESS: POINT OF CONTACT: PHONE/FAX/EMAIL ADDRESS: 1. What is your company size under NAICS 561210, Facilities Support Services (Small Business Size Standard $30M)? Large ____ Small ____ And are you: 8(a) ____ HUBZone certified ___ Woman owned ___ Veteran Owned Service disabled ____ Other __________________________ 2(a) Does your company regularly engage in the business of providing Multi-Function Facilities Support Services? 2(b) If so, please list the specific types of tasks/services provided. 2( c) How long has your company provided these types of facilities support services? 3(a) Please list any contracts your company is currently performing that would be considered the same as/similar to this effort (size, scope, complexity) as well as those you have completed within the last three years, including contract number, title, type, annual award amount, final contract amount and references with name and phone number. 3(b). Which of these are Performance Based Service Agreements? 3(c ) For each of these contracts, identify the types of Service Calls, Preventive Maintenance, Indefinite-Delivery, Indefinite-Quantity Contracts performed; and whether your firm was the prime or subcontractor by function. 3(d). Explain how your Preventive Maintenance incorporates an optimized approach to maximize useful life of equipment while still being economical (i.e. not gold-plated)? 4. Does your company normally submit a proposal as its own business entity or as a joint venture when competing for this type of work? When competing as a joint venture, list those firms with whom you were affiliated. 5. Is your company performing these efforts successfully? (Indicators of success performance as measured by percentage of award fee given or favorable past performance ratings; the absence of Contract Discrepancy Reports, deductions, Cure/Show Cause Notices, or Option Periods not exercised.) 6. Provide detailed resumes of company principals with the firm to include their general FSC experience. 7. Were these contracts won competitively? If not, list those which were not. 8. Was award for these contracts made under formal source selection procedures? 9. On the average, what percentage of the total effort does your company normally subcontract for this type of work? 10. What specific portions of this type of effort would your company elect to subcontract? 11. Describe how your company maintains effective control (management and quality) over subcontracted portions of these contracts? 12. Does your company make it a policy and practice to seek out small disadvantaged and women-owned businesses for consideration in awarding subcontracts? 13. Has your company performed work in the area and is your company familiar with the demographic, economic and labor profiles of the area? 14. Where would you plan to obtain your labor force to perform this type effort in the area? 15. What is the likely hood of you proposing on this contract? 16. How many other contracts have you proposed on in the last year? 17. What percentage of contracts that you propose on do you get? 18. Do you currently have contracts using MAXIMO? Where are they and how long have you had them? ADDITIONAL INFORMATION ON INCUMBENT CONTRACT FOR INTERESTED OFFERORS: 1) Trusted Hand Service, Inc. 2569 Edison Avenue Jacksonville, FL 32204 2) Contract No. N62467-01-D-0412 POC: Ms. Cindy Welsch, Contracting Officer Phone no. (850) 235-5473 3) Current monthly value: $87,538.00 The current total FFP for the 4th Option Period is: $1,050,455.98 No IDIQ work has been awarded 4) Performance period: 4th Option Period -- 01 October 2006 through 30 September 2007
 
Place of Performance
Address: Panama City, Florida
Zip Code: 32407
Country: UNITED STATES
 
Record
SN01275195-W 20070419/070417221635 (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.