Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOURCES SOUGHT

J -- Operation & Maintenance of Bullet Traps at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, Jacksonville, North Carolina

Notice Date
10/22/2008
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008509Q5303
 
Point of Contact
Rachel Ashton (910) 451-2582 x 5238<br />
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal. The intent of this notice is to identify potential offerors for the following upcoming requirement: Operation and Maintenance of Bullet Traps at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, Jacksonville, North Carolina. The Contractor shall provide all material, labor, equipment and supervision to perform weekly operation and maintenance of bullet traps on-site during normal working hours. Normal working hours are Monday through Friday excluding federal holidays between the hours of 7:30 am to 4:30 pm. The Contractor will visit each site weekly during normal working hours. The weekly work to be performed by the Contractor includes modifications, repairs, and/or other related tasks to the existing systems. The Contractor shall perform system modifications, system repairs such as deflectors, deceleration chambers, painting and other tasks such as dry lead cleanup, wet lead cleanup and canister inspections identified by the Contracting Officer, which can be accomplished within normal working hours. Prior to disposal, the contractor must certify and verify that all material removed from bullet traps is inert. All applicable storage, transportation, and disposal requirements of Federal, State, D! oD, and local hazardous waste statutes, regulations, directives and orders must be strictly adhered to when executing this task. The Contractor shall respond within 24 hours to any maintenance issues that require immediate attention, or that is generated from the weekly site visit. All work shall be accomplished with adequate internal controls and review procedures to eliminate conflicts, errors, and omissions. Types of bullet traps include, but are not limited to, traps that utilize rubber berm, traps that utilize a screw conveyor system to collect the bullets and empty them into a container, and traps that utilize lead collection buckets for each lane in a range. Specifications for the type of bullet traps and work involved will be provided in the solicitation. If work is determined by the Contracting Officer to be beyond the scope of the firm fixed price (FFP) portion of this contract, it will be issued under the indefinite delivery, indefinite quantity (IDIQ) schedule. Labor, material and equipment required for this work will be based on the Schedule of Indefinite Quantity Work Exhibit Line Items (ELIN). The final price will be negotiated by the parties. The Contractor shall contact the Facilities Service Contracts Manager (FSCM) prior to conducting work aboard the installation. The Contractor is also responsible for obtaining permission and clearance from the appropriate installation security personnel to enter and perform the required fieldwork. The contractor shall comply with all installation security rules and regulations. The Contractor and its affiliated subcontractor(s) shall not make any public disclosures regarding their work and performance under the subject contract. All information gathered or generated relative to this project is the property of the United States Government and shall not be released by the Contractor. All requests for information shall be directed to the Contracting Officer. The Government intends to award a Firm Fixed Price/Indefinite Quantity type contract with a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. 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 NAICS Code for this requirement is 561990 All Other Support Services, and the small business size standard is $7.0 million. Proposals will be evaluated based on price. Interested parties should, as soon as possible but no later than 29 October 2008, notify Rachel Ashton via email at rachel.a.ashton@navy.mil. As a part of the notification, interested parties should verify that they are able to meet all of the technical requirements outlined in this notice. Interested parties are also required to submit their DUNS number, CAGE code, and business classification e.g. large business, small business, 8(a) business, HUBZONE business, SDB, SDVOSB, etc. Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30f4ca5cbeeb45683022d373b7306a09&tab=core&_cview=1)
 
Record
SN01695113-W 20081024/081022215115-30f4ca5cbeeb45683022d373b7306a09 (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.