Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
MODIFICATION

S -- Janitorial Services

Notice Date
6/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008511R0022
 
Archive Date
6/15/2011
 
Point of Contact
SL Rawls (757) 341-1648
 
E-Mail Address
SL Rawls
(SL.Rawls@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. The proposed contract will be a Firm-Fixed-Price/Indefinite Delivery-Indefinite Quantity (FFP-IDIQ), performance-based contract for Custodial Services at Naval Air Station Oceana (NASO), Dam Neck Annex, Fentress Naval Auxiliary Landing Field, Camp Pendleton, Dare County Bombing Range, Norfolk Naval Ship Yard (NNSY), Craney Island Fuel Depot, Naval Weapons Station Yorktown (NWSY), Cheatham Annex, and various other locations in the Sewells Point area. The contract term will be a base period of one (1) year plus for two (2) option years. 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. The contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide CUSTODIAL SERVICES that shall include, but not limited to, vacuum carpet and rugs; shampoo carpet and rugs; strip, seal, and refinish floors; empty trash cans; clean high sanitation areas; clean restrooms; service restrooms; empty exterior trash cans; sweep exterior areas; and clean water fountains. The proposed contract listed here is 100% SET-ASIDE for 8(a) CONTRACTORS. The Government will ONLY accept offers from 8(a) contractors. The North American Industry Classification Standard (NAICS) Code for this procurement is 561720 and the annual size standard is $16.5 million. When it becomes available, offerors can view and/or download the solicitation and any attachments at https://www.neco.navy.mil. The solicitation will be available on or about 13 JUNE 2011 in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil. Estimated proposal due date shall be approximately thirty (30) days after the solicitation is posted. Notification of any updates or amendments to the solicitation will be posted on the NECO website. Offerors will be evaluated using the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) method. The solicitation will utilize the following evaluation factors: Price, Technical Approach/Management, Corporate Experience, Past Performance and Safety. The offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The resulting contract will be awarded to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government, price and other evaluation factors considered. The solicitation will be posted on the Government Wide Point of Entry (GPE) at http://www.neco.navy.mil. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Government will not provide hard copies (paper sets) or CD-ROM of the RFP, Plan Holders List or other contract documents. The Government will not accept telephone, e-mail and facsimile requests for copies. Notification of any changes (amendments) to the solicitation will be done via the Internet. It will be the responsibility of the contractor to check the NECO website daily for any and all amendments to this solicitation. NOTE: All prospective contractors are required to be registered in the Central Contractor Registration (CCR) Database. All contractors shall submit Annual Representations and Certifications via the Online Representation and Certification (ORCA) at http://orca.bpn.gov in conjunction with required registration in the CCR database. Please direct questions to SL Rawls via email at SL.Rawls@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0022/listing.html)
 
Place of Performance
Address: Hampton Roads Area, Norfolk, VA
Zip Code: 23511
 
Record
SN02463102-W 20110604/110602235328-3218eb356735d354da43bc101ef60914 (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.