Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

Z -- ANNUAL REGIONAL PAINT CONTRACT AT VARIOUS LOCATIONS MID-ATLANTIC REGION

Notice Date
7/11/2007
 
Notice Type
Modification
 
NAICS
238320 — Painting and Wall Covering 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
N40085-07-R-0409
 
Response Due
10/2/2007
 
Archive Date
10/17/2007
 
Small Business Set-Aside
8a Competitive
 
Description
Correction: The Request for Proposal will be posted on the NAVFAC Engineering Command's Electronic Solicitation (E-Sol) web site on or about August 31, 2007. The estimated date for receipt of offers is October 2, 2007 at 2:00 PM. All other information remains unchanged.******************************************************************************************************************** NAVFAC Mid-Atlantic is currently seeking potential sources for services at various Naval Facilities on and around Naval Amphibious Base Little Creek, Norfolk, VA; Naval Base Norfolk, Norfolk, VA; Naval Air Station Oceana, Virginia Beach, VA; Norfolk Naval Shipyard, Portsmouth, VA; Naval Weapons Station, Yorktown, VA; and Naval Support Activity Norfolk, Atlantic Fleet Compound, Norfolk, Virginia. This will be listed as solicitation N40085-07-R-0409. This is an Indefinite Quantity Contract to provide interior and exterior painting, removal and installation of vinyl wallcoverings, sandblasting, waterblasting, lead base paint abatement, various types of maintenance repairs and preparations associated with painting and wallcovering. The contractor will provide all labor, materials, equipment, tools, transportation, supervision, safety, surveys, scooping, layouts work, engineering and management necessary to perform all work described in the specification. This procurement will be solicited as a competitive Section 8(a) Type of Set Aside. The duration of the contract will be for one (1) year from the date of an initial contract award with two (2) additional one year periods. The total duration, including the exercise / award of any options, shall not exceed 36 months. Award will be made to the offeror offering the best value considering both technical and price, where technical is approximately equal to price. Requirements for the technical Source Selection criteria factors are as follows: 1. Technical Approach/Management, 2. Corporate Experience, 3. Past Performance, and 4. Price. Negotiation permits proposals to be evaluated based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors proposals; and discussions, if necessary. Offerors are advised that the award may be made without discussions, exchanges or any clarifications concerning the proposals received. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions with the offerors to allow proposal revisions. The Government reserves the right to 1) reject any or all proposals at any time prior to award and 2) negotiate with any or all offerors. The Request for Proposal will be posted on the NAVFAC Engineering Command s Electronic Solicitation (E-Sol) web site on or about 31 August 2007. The estimated date for receipt of offers is October 2, 2007 at 2:00 PM. All eligible firms interested in a copy of the RFP may view and/or download the document at http://esol.navfac.navy.mil. This solicitation will be available in electronic format only. Contractors are encouraged to register on the E-Sol web site prior to downloading the solicitation to ensure notification of any / all changes / additional information related to the solicitation. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of an offeror 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.navy.mil. All responsible sources may submit an offer which will be considered. Technical inquiries shall be sent to Brenda A. Perkins, email at brenda.a.perkins@navy.mil. Secondary POC is: Altanelle Hernandez, email at altanelle.hernandez@navy.mil. Inquires may be faxed to 757-445-5063, Attn: Brenda A. Perkins. The North American Industry Classification System (NAICS) is 238320, and the size standard is $13,000,000. The estimated cost range is between $10,000,000 and $25,000,000.
 
Place of Performance
Address: Commanding Officer, NavFac Mid-Atlantic, 9742 Maryland Avenue, Norfolk, VA 23511
Zip Code: 23511-3095
Country: UNITED STATES
 
Record
SN01339712-W 20070713/070711224627 (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.