Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

W -- Trailer Lease at SOTG Complex, Camp Lejeune, NC

Notice Date
12/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Camp Lejeune, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road, Camp Lejeune, NC, 28547-2521, UNITED STATES
 
ZIP Code
28547-2521
 
Solicitation Number
N40085-08-Q-8407
 
Response Due
1/9/2008
 
Point of Contact
Meghan Hislop, Contract Specialist, Phone 910-451-451-2582 ext 335, Fax 910-451-5629
 
E-Mail Address
meghan.hislop@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
ROICC Camp Lejeune intends to award a Firm-Fixed Price contract for the lease of a modular building for 60 months (base year plus four option years) in support of project 08-0037 SOTG Complex Trailer Lease at Stone Bay, MCB Camp Lejeune, NC. This is a combined synopsis/solicitation for commercial items. The procurement is prepared and conducted in accordance with the format presented in FAR Subpart 12.6 and 13.5, as well as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40085-08-Q-8407 and is issued as a Request for Quotations (RFQ). This incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The NAICS code for this requirement is 531190 and the small business size standard is $19.0M (see SBA Table of Size Standards for additional details). This RFQ is set-aside for small business. The contractor shall provide all material, labor, equipment and supervision to lease a 32? by 69? modular space with six (6) offices; structure is to be hardened. Requirement includes delivery, site work and turnkey set-up. Included with this notice are Attachments 1&2. Attachment 1 provides a list of contract line item numbers, quantities, units of measure, and options. Attachment 2 provides the specification and associated drawings. The set-up completion is required by 2 March 2007. The annual lease will begin upon building occupancy. Contractor is to provide maintenance on the structure during the lease. The contract term will be a base period of 1 year plus 4 option years. In certain circumstances, the Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. The following provisions and clauses are applied to this acquisition and incorporated into this notice: ? 52.212-1 Instructions to Offerors ? Commercial and any addenda to the provision as included in this notice. ? 52.212-2 Evaluation-Commercial Items ? 52.212-3 Offer Representations and Certifications ? Commercial Items, Offerors must include a completed copy of the provision with their offer ? 52.212-4 Contract Terms and Conditions ? Commercial Items and any addenda to the provision as included in this notice. ? 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items ? 52.217-8 Option to Extend the Services ? 52.217-9 Option to Extend the Term of the Contract ? 52.244-6 Subcontracts for Commercial Items ? 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract Felonies ? 252.204-7004 Required Central Contractor Registration ? 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ? 252.225-7001 Buy American Act and Balance of Payments ? 5252.242-9300 Government Representatives To view the provisions and clauses in full text visit the following website at www.arnet.gov/far Proposals are due by 1430 EST 9 January 2008. Quotations are to be submitted to: ROICC CAMP LEJEUNE; ATTN: MEGHAN HISLOP; 1005 MICHAEL ROAD; CAMP LEJEUNE, NC 28547 or emailed to meghan.hislop@navy.mil. Proposals received after the required time will be considered late and handled in accordance with FAR 52.212-1(f). The contractor who provides the most advantageous offer in terms of price, conforming to the solicitation, will be awarded a contract. Please direct questions or comments to Meghan Hislop at (910) 451-2582, ext 335, or meghan.hislop@navy.mil. If a Government-led site visit is requested, offers must make this request, in writing, by 27 January 2007 to Meghan Hislop. Offerors may visit the site on their own. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N40085-08-Q-8407/listing.html)
 
Place of Performance
Address: SOTG Complex at Stone Bay Camp Lejeune, North Carolina
Zip Code: 28547
Country: UNITED STATES
 
Record
SN01509681-F 20080216/080214233115 (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.