Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

X -- Provide leased relocatable (LR-136) Naval Air Station, Patuxent River, MD 20670

Notice Date
7/16/2010
 
Notice Type
Presolicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
N40080 NAVFAC WASHINGTON, NAS PATUXENT RIVER/FEAD 22445 Peary Road Bldg 504 Patuxent River, MD
 
ZIP Code
00000
 
Solicitation Number
N4008010R3032
 
Response Due
9/16/2010
 
Archive Date
10/1/2010
 
Point of Contact
Victoria Sapp 301-995-7471 Karen Williams, Contracting Officer, 301-757-4937
 
E-Mail Address
victoria.sapp@navy.mil
(victoria.sapp@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a 100% Small Business 8(a) Set-Aside Competitive Procurement. The NAICS Code for this solicitation is 531190. This contract will be for a Base + Four (4) Options. This includes delivery, set-up and lease. The Contractor shall have an office located within a 100-mile radius of NAS, Patuxent River, Maryland. This project is to furnish all labor, management, supervision, tools, materials, equipment, Design & Engineering Services, incidental engineering, and transportation necessary to provide the delivery, set-up in place, and leasing (to include the general maintenance of the structure) one new two-story relocatable facility, and the removal of the facility upon completion of the contract term. The facility shall be a minimum of 36,000 square feet which excludes the thickness of the exterior walls. The maintenance of this relocatable facility shall be provided by the Contractor in the form of service calls and monthly inspections. The relocatable facility shall be located at relocatable site Red Hill near Hangar 110 and Hangar 111 at the Naval Air Station, Patuxent River, Maryland with minimum dimensions of 143 ft by 126 ft. The facility shall be complete with lighting (interior & exterior), Elevator, Stairs, HVAC, utilities, sewer, water (domestic and sprinkler), electrical, Outside Plant (OSP) telecommunications (fiber/copper) for Data/Voice & Video, electric power distribution panels, Inside Plant (ISP) Telecommunications for data/voice/video, communications, fire alarms, wet pipe sprinkler system and emergency lighting. Relocatable shall have special communication / security requirements (SCIF, SIPRNET, LBRV, etc.), ADT security systems as required, store room, kitchen, Entrance Facility/Point of Presence (EF/POP) communications room, located within the unclassified space, and a TS communications room located within a SCIF on the first floor, an intermediate Distribution Facility (IDF) located on the second floor in secure area, stacked above the TS room on the first floor, TS connectivity and Video Teleconferencing in conference rooms as required. The facility shall have shielding/filtration in the SCIF or TS spaces only. Security requirements shall meet the Intelligence Community Policy Guidance, Number 705.2 Construction of Sensitive Compartmented Information Facilities inside the United States, Ver.10.2 dated. 27 Feb. 2009, Section J. The unit shall be complete, set-up in place and ready for occupancy four (4) months after award. This procurement will be conducted in one phase. The technical evaluation factors are: Factor 1 - Relevant Experience (Modular Designed/Manufacturer Team); Factor 2 - Safety Performance History; Factor 3 - Solicitation Compliance and Factor 4 - Past Performance. The technical evaluation factors when combined are approximately equal to price. The relative order of importance of the technical evaluation factors, Factors 1 through 4, are equal in importance to each other. The Government reserves the right to reject any or all proposals any time prior to award to negotiate with any or all Offerors and to award to the Offeror submitting the proposal determined by the Government to be the most advantageous. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals prior to award. This acquisition will result in a firm fixed price contract acquired through FAR Part 15 using Best Value, Trade-off selection procedures. This solicitation will be issued as N40080-10-R-3032. The solicitation for this procurement will be issued approximately 20 days after the pre-solicitation notice. The date/time for receipt of proposals will be due 45 days 2:00 PM (EDT) after the issuance of the solicitation. This solicitation will be available in electronic format only. All documents will be Adobe Acrobat PDF file format. The address is: https://neco.navy.mil/. Inquiries shall be emailed to Victoria Sapp, victoria.sapp@navy.mil, (301)995-7471 or Karen Williams, karen.l.williams1@navy.mil, (301) 757-4937.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40080PAX/N4008010R3032/listing.html)
 
Place of Performance
Address: NAVFAC Washington, Contracts Department, 22445 Peary Road, B-504, Naval Air Station, Patuxent River, MD
Zip Code: 20670
 
Record
SN02208442-W 20100718/100716234922-ee207eb220b656eb4f980f91f2a43806 (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.