Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

S -- Janitorial Services, Portsmouth Naval Shipyard, Kittery, Maine and other areas of responsibility

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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
N4008511R7247
 
Response Due
8/11/2011
 
Archive Date
8/26/2011
 
Point of Contact
LeeArjetta W. Hamilton 757-341-1971 Pamela Waller - 757-341-1972
 
E-Mail Address
leearjetta.hamilton@navy.mil
(leearjetta.hamilton@navy.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The Officer in Charge requires all labor, management, supervision, tools, material, and equipment and other items necessary to provide Janitorial Services, Portsmouth Naval Shipyard, Kittery, Maine and other areas of responsibility. The work includes but is not limited to: high area cleaning of all areas that are vertical and horizontal surfaces above 8 ™-0 from floor level, including overhead piping, light fixtures and ceiling areas. The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity type of contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government, offerors will be evaluated using the Lowest Priced Technically Acceptable Method. In order to permit efficient competition, the Navy will utilize the following methodology. Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the five (5) lowest priced proposals. The Navy will make award to the lowest priced technically acceptable proposal from among the five (5) lowest priced proposals. However, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review under this methodology. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. 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 evaluation factors are: Factor A “ Technical Approach/Management, Factor B “ Corporate Experience, Factor C “ Past Performance, Factor D “ Safety and Factor E “ Price. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors A, B, C and D in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract for additional periods of one to twelve months. The total contract term including the exercise of any options, shall not exceed 24 months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering using DOD EMALL for all Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted software. The North American Classification System (NAICS) is 561720, the size standard is $16,500,000.00. The proposed procurement listed herein is a 100% set-aside for HubZone contractors. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. The Synopsis and the RFP have been posted simultaneously. The RFP and attachments are currently available in electronic format only (Adobe Acrobat (.pdf)) and is posted on the Navy Electronic Commence Online (NECO) website. The proposal due date is 11 August 2011. Technical inquiries must be submitted in writing to LeeArjetta W. Hamilton (leearjetta.hamilton@navy.mil) 10 days prior to the RFP due date. The site address is http://neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7247/listing.html)
 
Place of Performance
Address: NAVFAC Mid-Atlantic
Zip Code: PWD Maine - FEAD Portsmouth
 
Record
SN02495662-W 20110714/110712234514-58eb21e214e1e98e2834d2901efaf343 (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.