Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOURCES SOUGHT

S -- Snow Removal at the Naval Support Activity, 700 Robbins Avenue, Philadelphia Pa.

Notice Date
4/24/2012
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008512R5008
 
Response Due
5/10/2012
 
Archive Date
7/10/2012
 
Point of Contact
Mrs. Betty Ann Staab 215-897-2613
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
The intent of this sources sought synopsis is to identify potential qualified offerors that are interested in and capable of performing the work described herein. The Navy will use the responses to this sources sought synopsis to make an acquisition decision whether to solicit this project as a competitive 8(a), Hub-Zone, Service Disabled Veteran Owned Small Business (SDVOSB), or Emerging small business set aside. This is not an announcement of availability of a solicitation, nor is it a means of generating a plan-holders list. The government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted in response to this sources sought. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Navy ™s evaluation of the information received. Scope of the requirement: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to augment a government workforce for removing snow from the Naval Support Activity Philadelphia, 700 Robbins Ave., Philadelphia Pa. 19111. The contractor shall load and haul snow, plowed into piles by the government, to a contractor-determined site off the installation. The contractor may be required to provide additional labor and equipment to assist the government in plowing the snow on the installation. All work performed under this contract will be ordered as IDIQ only. The contract will contain Service Contract Wages. The term of the contract will be for a base period of 12 months plus four (4) 12 month options. The total contract term including the exercise of options shall not exceed 60 months. The North American Industry Classification System (NAICS) code is 561730 and the size standard is 7.0 million. Per the Dept Collections Improvement Ac t of 1996, the DFAR requires all contractors to be registered in the Department of Defense Central Contractor Registration (CCR) Database. Be advised that failure to register in the CCR makes an offeror ineligible for award of DOD Contracts. The estimated date for IFB is 10 May 2012. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to the electronic medium. Hard copies will not be available. The address for downloading this solicitation is www.esol.navfac.navy.mil. You must first create an account. You may view the site without an account, but you will not be able to register for a solicitation unless you have an account. Once registered, you will receive an email informing you when the IFB package becomes available. An official plan holder ™s list will be maintained on-line and can be printed from the website. Notification of any changes to this solicitation (Amendments) shall be made on the internet. It is therefore the contractor ™s responsibility to check the internet site daily for any posted changes to the solicitation plans and specifications. For questions concerning the solicitation, email Elizabeth.staab@navy.mil. Firms interested in this project are required to submit the following documentation electronically to Elizabeth.staab@navy.mil on or before 10 May 2012: A one page corporate summary and expression of interest. A statement as to your small business size i.e. Large, Small, 8(a), HubZone, or Service Disabled Vetern Owned Small Business. Provide proof of SBA certification for either 8(a) or HubZone status. Information submitted in response to this synopsis is strictly voluntary. The Government will not reimburse respondents for any information submitted in response to this announcement. The Government will make a determination upon verification of the documentation submitted as to the capability of the respondents in making the decision whether to advertise this requirement under full and open competition. Information gathered through these responses will be used to determine the feasibility of our anticipated contract structure and to make any necessary adjustments in crafting the final solicitation. 8(a), HubZone and Small Business Concerns are particularly encouraged to provide such expressions of interest since this procurement may be set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008512R5008/listing.html)
 
Place of Performance
Address: 700 Robbins Avenue, Philadelphia, Pa
Zip Code: 19111
 
Record
SN02730365-W 20120426/120425000251-d98ea8df6751b7690d0cf58bf13f16a1 (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.