Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity Contract for Construction Support Services at the Naval Surface Warfare Center Land-Based Test Sites, Carderock Division, Philadelphia, PA

Notice Date
12/4/2008
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0005
 
Response Due
1/22/2009
 
Archive Date
3/23/2009
 
Point of Contact
Michelle Johnson, 215-656-6774<br />
 
Small Business Set-Aside
N/A
 
Description
The Philadelphia District intends to procure on a competitive unrestricted basis, one (1) Indefinite Delivery Indefinite Quantity Contract providing for the issuance of cost plus fixed fee task orders to furnish industrial support services to the Naval Surface Warfare Center, Carderock Division, Philadelphia, Pennsylvania, Ship Systems Engineering Station (NSWCCD-SSES), Machinery Research & Engineering Department. Support shall include but not limited to fabrication, installation, testing, maintenance, material and removal of shipboard machinery systems and associated components in various test sites and buildings located at NSWCCD-SSES, Philadelphia, Pennsylvania, and when required, the contractor shall also provide construction, renovation, and facility maintenance support for buildings and laboratories at NSWCCD-SSES. The duration of this contract will be a one (1) year base period beginning on the date of award of the contract with two (2) one year optional periods. The minimum guarantee is $50,000.00. The minimum task order amount is $2,500.00 and maximum amount is $4.8M. The cumulative one period ceiling shall not exceed $4.8M. Competitive best value source selection procedures (FAR 15.101) will be used for this procurement and offerors are required to submit technical and cost proposals. The following Source Selection Evaluation Factors are listed in descending order of importance: 1. Corporate Experience, 2. Prime Contractor Expertise, 3. Prime Contractor Past Performance, 4. Project Key Personnel, 5. Small Business Utilization, and 6. Cost. All evaluation factors, other than cost, when combined are approximately equal to cost. Detailed evaluation criteria will be included in the RFP package. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest price and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Solicitation Number W912BU-09-R-0005 will be issued on or about 22 December 2008 with a proposal due date of 22 January 2009. The NAICS Code for this project is 238990 with a size standard of $14 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following Internet website: https://vets100.vets.dol.gov. All contractors must be registered in the DODs Central Contractor Registration database (www.ccr.gov) as required by DFARS 204.7300. Davis Bacon rates will be applicable on individual task orders. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages, if applicable, will be specified on individual task orders. Award will be made as a whole to one offeror. This procurement is advertised as Unrestricted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=edf16132606f8f19203f4a5c8dfd1f97&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01713809-W 20081206/081204221634-edf16132606f8f19203f4a5c8dfd1f97 (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.