Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

A -- This is a Single Award Indefinite Delivery Indefinite Quantity for Crane Maintenance Services.

Notice Date
6/12/2008
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, PW Contracts Core-Utility, N62473 NAVFAC SOUTHWEST, PW CONTRACTS CORE- UTILITY Code RAQ10-UTIL 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247308R0502
 
Response Due
7/7/2008
 
Archive Date
9/30/2008
 
Point of Contact
Terry A. Hardin (619) 532-3190 Secondary POC: Michelle Crook (619) 532-1949
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement will be issued competitively and will be restricted to Small Business Set-Aside and will be procured as a commercial items acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. This is a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Crane Maintenance Service Contract for Naval and Marine Corps installations located in Alaska, Arizona, California, Colorado, New Mexico, Nevada, Utah, Washington, and Wyoming. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task order to the contractor. Award of task orders will be on a Firm-Fixed-Price basis. The estimated maximum dollar value, including the base year and all option periods combined, is $25,000,000 and will serve as the maximum Not-to-Exceed amount for the entire contract period. The Government has the option to extend the contract beyond the base year through four (4) 12-month option periods and five (5) 12-month award option periods for a total maximum contract term of 120 months by written notice to the Contractor within the performance period specified in the schedule. THE CONTRACT WILL END WHEN 120 MONTHS IS REACHED, OR WHEN $25,000,000 IS REACHED, WHICHEVER OCCURS FIRST. The task order range for this contract is between $2,500 and $500,000. The North American Industry Classification System (NAICS) Code is 811310 and the size standard is $6.5 million. Work will be ordered under individual task orders against the basic contract. The orders will range between $2,500 to $500,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through issuance of a task order. After award of the initial contract, the awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered to the awardee under the performance period of the contract. The awardee is not guaranteed work in excess of the minimum guarantee. Source Selection Procedures will be used and award maybe made to the Offeror whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. The Government intends to evaluation offers and award a contract without discussions with Offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the pubic interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Refer to the SUBMISSION REQUIREMENTS for the Source Selection procedures. A Pre-Proposal Conference is TENTATIVELY SCHEDULED for 19 June 2008, at the time and location to be identified in the solicitation. THIS REQUEST FOR PROPOSAL (RFP) WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY AND WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE VIA THE INTERNET WORLD WIDE WEB http://www.neco.navy.mil or http://www.fbo.gov on or about 12 June 2008 AND CAN BE FOUND UNDER SOLICITATION NO. N62473-08-R-0502 OR N6247308R0502. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the Government. Telephone and facsimile request will not be accepted. Plan holders list will NOT be provided by the Government, and will be made available at the internet website address listed above. Notification of any changes (amendments) to the solicitation will be made only on the internet. It is the contractors responsibility to check the website daily for any and all amendments to this solicitation. All contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contracts may obtain information on registration by calling 1-888-227-2423, or via the internet at http://www.ccr.gov. Prospective contractors should submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA). Prospective contractors should complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). OFFERS ARE DUE ON 7 JULY 2008 BY 2:00 P.M. LOCAL TIME AND SHALL BE DELIVERED TO NAVFAC SOUTHWEST, ATTN: TERRY A. HARDIN, CODE AQ1.TH, 1220 PACIFIC HIGHWAY, BUILDING 128, SAN DIEGO, CA 92132. POINT OF CONTACT FOR THIS SOLICITATION IS TERRY A. HARDIN, TELEPHONE (619) 532-3190 or email: terry.a.hardin@navy.mil. THERE WILL NOT BE A PUBLIC BID OPENING.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0cc1f9f967e0099e81188c0c61774fed&tab=core&_cview=1)
 
Record
SN01591954-W 20080614/080612215432-af6fd3320df56bd381e198892974ee8f (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.