Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

S -- SMALL BUSINESS BASE OPERATING SUPPORT SERVICES FOR PATUXENT RIVER NAVAL AIR STATION

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40080 NAVFAC WASHINGTON, NAS PATUXENT RIVER/FEAD 22445 Peary Road Bldg 504 Patuxent River, MD
 
ZIP Code
00000
 
Solicitation Number
N4008010R3026
 
Response Due
1/13/2011
 
Archive Date
1/28/2011
 
Point of Contact
Contracting Officer, Barbara Thompson 301-757-4918 Contract Specialist, Thomas Conrow 301-757-1001
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Navy, Naval Facilities Engineering Command (NAVFAC) Washington, Public Works Department Patuxent River Naval Air Station, is soliciting interested small businesses for base operating support services (SBOS) under solicitation N40080-10-R-3026. The work under this contract is performed at Naval Air Station, Patuxent River, Maryland; Webster Field Annex, St. Inigoes, Maryland; Solomon ™s, Maryland by means of a combination firm-fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) contract. A minor amount of work shall be performed at the following outlying locations: Point No Point, St. Mary ™s County MD; St. James, St. Mary ™s County MD; Bay Forest, St. Mary ™s County MD; Bishop ™s Head, Eastern Shore MD; USS Tuilip Memorial, St. Mary ™s County MD; Tippett Road, St. Mary ™s County MD. The work includes, but is not limited to providing all labor, management, supervision, tools, material and equipment required to perform the following: pest control, grounds maintenance, street sweeping, snow removal operations, janitorial services, and base support vehicles and equipment (transportation) maintenance. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. Award will be made to the offeror offering the best value considering both technical and price. All technical evaluation factors are considered equal of importance to one another and when combined are approximately equal to price. Requirements for the technical Source Selection criteria factors are as follows: Factor I, Relevant Experience; Factor II, Technical Approach/Management; and Factor III, Past Performance. The Government may award the contract without conducting discussions, therefore the offerors initial proposal shall contain its best terms from a cost and technical standpoint. The Government reserves the right to enter into discussions if deemed necessary to obtain the best value for the Government. The North American Industry Classification Standard (NAICS) Code for this project is 561210 with a corresponding size standard of $35,500,000. Performance period is a one year base with four one year options and potentially two one year award options. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace a contract for similar services awarded in 2006 was awarded for $40,713,359.10 (firm-fixed price portion) and $442,042.10 (indefinite quantity estimate/maximum value per year). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. The solicitation will only be available in electronic format only. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. The solicitation will become available through https://www.neco.navy.mil/ approximately November 29, 2010. ****Synopsis Modification**** All contractual and technical inquires shall be submitted via electronic mail to: thomas.conrow@navy.mil and barbara.a.thompson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40080PAX/N4008010R3026/listing.html)
 
Record
SN02324715-W 20101111/101109234034-2bbe76b419063abd5d31d9e166b27e35 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.