Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

R -- Naval Facilities Engineering Command Southwest (NAVFAC SW) San Diego, CA, Mishap Prevention and Hazard Abatement (MP/HA) Program.

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Division (9TS), 9988 Hibert Street, Suite 204, San Diego, CA, 92131, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T8SLSOMRFP
 
Response Due
8/14/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND THE WRITTEN SOLICITATION IS MADE PART OF THIS COMBINED SYNOPSIS AND SOLICITATION. (1) Action Code. None (2) Date. 12 July (3) Year. 2007 (4) Government Printing Office (GPO) Billing Account Code. Not Applicable as the solicitation is available and accessible only Federal Business Opportunities website. (5) Contracting Office ZIP Code. 92131-2480 (6) Classification Code. R- Professional, administrative, and management support services. NAISCS 541690 (7) Contracting Office Address. General Services Administration Federal Acquisition Service (FAS), Code: 9QFAC 9988 Hibert Street, Suite 204 San Diego, CA 92131-2480 (8) Subject. Naval Facilities Engineering Command Southwest (NAVFAC SW) San Diego, CA, Mishap Prevention and Hazard Abatement (MP/HA) Program. Naval Facilities Engineering Command Southwest (NAVFAC SW) is tasked to identify and resolve Safety, Non-Structural Electrical, Ergonomic and other ?Workplace Environment? issues within the Navy and implement resolutions (fixes) to these issues that comply with current OSHA and Navy guidelines. (9) Proposed Solicitation Number. 9T8SLSOMRFP (10) Opening and Closing Response Date. 16 July 2007 / 14 August 2007 (11) Contact Point or Contracting Officer. Steven Miliner, Contracting Officer (12) Contract Award and Solicitation Number. To be determined / 9T8SLSOMRFP (13) Contract Award Dollar Amount. IDIQ - Minimum - Maximum $5,000.00 - $60,000,000.00 (14) Contract Line Item Number. 0001 (15) Contract Award Date. 30 September 2007 (16) Contractor. To be determined via Best Value ? Source Selection Procedures (17) Description. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and the written solicitation is made part of this combined synopsis and solicitation. (ii) Solicitation Number: 9T8SLSOMRFP. This solicitation is issued as a Request for Proposal (RFP). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 dated July 5, 2007. (iv) This procurement is solicited on an unrestricted basis. (v) This acquisition includes: CONTRACT LINE ITEM NUMUBER: 0001 MAXIMUM QUANTITY: Five program years UNIT: IDIQ UNIT PRICE: TBD MAXIMUM AMOUNT: $60,000,000.00 (vi) Description of requirements for the items to be acquired. The Request for Proposal (RFP) documents made part of this synopsis / solicitation may be downloaded. The Governments is anticipating award of a single-award Indefinite Delivery-Indefinite Quantity (IDIQ) Contract, with a maximum price of $60,000,000.00 and a total period of performance established at five (5) years. The minimum guarantee is $5,000.00. Individual task orders and may not exceed $2,000,000.00 without the agreement of the contractor. Contract completion will occur when the maximum contract price is reached or at the end of the last year which ever occurs first. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The IDIQ contract will authorize issuance of negotiated Firm-fixed-priced, and Firm-fixed-priced, Level of Effort task orders to support the Statement of Work for Naval Facilities Engineering Command Southwest (NAVFAC SW) Mishap Prevention and Hazard Abatement (MP/HA) Program based in San Diego, CA. Contractor shall provide support and assistance for NAVFAC SW, San Diego, CA Mishap Prevention and Hazard Program including analyzing, designing, researching developing and implementing solutions to Safety, Non-Structural Electrical, Ergonomic and other ?Workplace Environment? issues at and where such issues are identified and within the purview of NAVFAC SW. The requirements include conducting site surveys to identify and validate reported issues; developing resolutions compliant with appropriate guidelines; and providing recommendations and support for implementation and integration of the most efficient, effective resolution option(s) based on detailed cost/benefit trade-off analyses. Hourly rate shall be fully burdened. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Negotiated dates, places of delivery and acceptance will be specified in individual task orders issued under the resultant single-award basic IDIQ contract with a five (5) year period of performance. (viii) FAR provision 52.212-1, Instructions to Offerors?Commercial, is applicable to this acquisition. See the attached solicitation. (ix) FAR provision at 52.212-2, Evaluation?Commercial Items, is applicable to this acquisition. See the attached solicitation. (x) Offerors are advised to include with their offer, a completed copy the RFP, Section K, Representations, Certifications, and Other Statements of Offerors including the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items. (xi) FAR clause 52.212-4, Contract Terms and Conditions?Commercial Items, is applicable to this acquisition. See the attached solicitation. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, is applicable to this acquisition. See the attached solicitation. (xiii) A statement regarding any additional contract requirements or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. No financing arrangements are applicable or necessary to this acquisition. See the attached solicitation for warranty requirements. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, See the attached solicitation. (xv) A statement regarding any applicable Numbered Notes. See the attached solicitation. (xvi) Offers due: The deadline for receipt of Offers is established at no later than 14 August 2007 @ 3:00 PM, local time, Pacific Standard Time. Offers are to be submitted to Steven Miliner, GSA - Contracting Officer. See attached solicitation for specific proposal submittal requirements. (xvii) The name and telephone number of the individual to contact for information regarding the solicitation. Mr. Steven Miliner, GSA , Contracting Officer. See the attached solicitation for details regarding Request for Information and deadlines. (18) Place of Contract Performance. San Diego, California (19) Set-aside Status. None (20) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Place of Performance
Address: Naval Facilities Engineering Command Southwest (NAVFAC SW), 1220 Pacific Highway, San Diego, California
Zip Code: 92132-5190
Country: UNITED STATES
 
Record
SN01341091-W 20070714/070712222021 (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.