Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOURCES SOUGHT

H -- Vertical Transportation Equipment testing, inspection, and certification services in NAVFAC Southeast areas of responsibility.

Notice Date
12/11/2007
 
Notice Type
Sources Sought
 
Contracting Office
N69450 P. O. Box 139 Jacksonville , FL
 
ZIP Code
00000
 
Solicitation Number
N69450IPTGCRM
 
Response Due
12/28/2007
 
Archive Date
1/28/2008
 
Point of Contact
Roger J. McAughan 904-542-3991 ext. 4420
 
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 announcement is N69450-IPTGC-RM; The Naval Facilities Engineering Command, Southeast, is currently seeking potential sources for an 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 $32,500,000.00. The intention of this solicitation is to obtain Vertical Transportation Equipment (VTE) testing, inspections, and certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. There are approximately 200 VTEs in the area. Vertical Transportation Equipment includes but is not limited to: Elevators, Escalators, Dumbwaiters, Moving Walks, Sidewalk Elevators, Spec ial Purpose Personnel Elevators, Automatic Transfer Devices, material Hoists, Personnel Hoists, Manlifts, Inclined Lifts, Automotive Lifts, Mechanized Parking Garage Equipment, Power Platforms for Exterior Building Work and Levellators. These services are to be obtained by means of an indefinite quantity contract. 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 and described in this Performance Work Statement (PWS) at various locations, indefinite delivery-indefinite quantity (IDIQ). Services are for labor, management, supervision, materials, supplies, tools and vehicles to perform VTE testing, inspections, and certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. Source selection procedures will be utilized in conducting this competitive negotiation, which con sists of the submission of price and technical proposals. Anticipate the solicitation will be released on or about 28 Feb 2008. 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: https://www.neco.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: https://www.neco.navy.mil. The Government anticipates utilizing a 5 year period of performance for the follow-on contract with a base and four option periods of 12 months. 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. All contractual and technical inquires shall be submitted via electronic mail to Roger.mcaughan@Navy.mil. The Contractor shall provide all labor, transportation, materials, and equipment to accomplish the requirements of task orders issued by the Contracting Officer. IT IS THE GOVERNMENTS INTENTION TO ISSUE THE MARKET SURVEY AND EVENTUALLY THE SOLICITATION, N69450-08-R-____, EXCLUSIVELY THROUGH THE INTERNET WEBSITE AT https://www.neco.navy.mil. The entire solicitation will be available at the site for viewing or downloading. Prospective offerors must register at the web site https://www.neco.navy.mil. Offerors must also be registered in the Central Contractor Registration, CCR, database with a DUNS number in order to participate in this procurement. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov. This will normally be the only method of distribution of amendments; theref ore 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. The anticipated RFP issuance date will be on or about 28 Feb, 2008. We are conducting a Market Research to determine interest and capability of potential sources. Do not submit capability statements; instead, companies wishing to respond are invited to go to the web site at https://www.neco.navy.mil to download the associated market survey file. The due date for responses is Friday, December 28, 2008 at 4:00pm/EST. Responses may be submitted under Solicitation Number N69450-IPTGC-RM via facsimile to (904) 542-1382 or via e-mail to: roger.mcaughan@navy.mil.
 
Web Link
Navy Electronic Commerce Online
(http://neco.navy.mil)
 
Record
SN01467880-W 20071213/071211224330 (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.