Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2005 FBO #1406
SOLICITATION NOTICE

Z -- 8a Regional Janitorial Services

Notice Date
9/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-05-R-0423
 
Small Business Set-Aside
8a Competitive
 
Description
Desc: NAVFAC Washington is currently seeking contractor support services to provide Janitorial Services for facilities located within a 100-mile radius of the Washington Navy Yard, Washington, D.C. The NAICS code is 561720, SIC 7349, and size standard is $14M. The estimated price range is between $20M and $30M. This is an 8a set-aside for best value performance based service acquisition utilizing FAR 15. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. The intent of this procurement is to obtain the best value to the Government in providing services for NAVFAC Washington and its customers at various military bases throughout NAVFAC Washington?s AOR by means of a combination firm fixed-price indefinite quantity regional contract. The winning service provider will furnish all equipment, labor, management, materials, supervision, tools, and transportation necessary to perform in accordance with the requirements as specified in the solicitation. Principle working locations include but are not limited to: Naval District Washington, National Naval Medical Center, USMC Henderson Hall, Naval Surface Warfare Center Indian Head, Patuxent River, Naval Surface Warfare Center Carderock, NRC Adelphi/Baltimore. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The official Plan Holders list will be maintained on, and can be printed from the internet site: http://esol.navfac.navy.mil. All prospective bidders must register as plan holders on the internet web site for this solicitation. Each company must indicate if it is a Prime Contractor or Sub-Contractor. Solicitation N40080-05-R-0423 will be available for download free of charge via the Internet World Wide Web at: http://esol.navfac.navy.mil. Solicitation N40080-05-R-0423 will be available on or about: October 17, 2005. The proposal due date is December 14, 2005. Award is anticipated no later than February 15, 2006. Period of Performance: April 1, 2006 ? March 31, 2011 including all options. This contract will have a base period of 6 months with (4) one-year option periods and a final 5th option period of 6 months, totaling 60 months, (CLINs 0001 ? 0012). NOTE: A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified within the solicitation. NOTE: The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) database. Award will not be made until the CCR requirement is met. Offerors not already registered in the CCR database are highly encouraged to do so by calling: 1 (888) 227-2423, or via Internet at: http://ccr.dlsc.dla.mil. All contractual and technical inquires shall be submitted via electronic mail to: Jeffrey.Cornell@navy.mil. All offerors are to submit (3) copies of their proposal: two hardcopies and 1 electronic copy. Hardcopy shall be delivered to: Naval Facilities Engineering Command Washington, Attn: AQ12 ? Jeff Cornell, 1314 Harwood Street, SE, Washington Navy Yard, DC 20374-5018. The required electronic copy (CD-ROM) shall be attached and accompany the hardcopies of the proposal. Price and Technical are to be submitted in separate binders. All proposals shall be clearly marked with the firm?s name, address, e-mail address, phone and fax numbers, and listing a point of contact.
 
Place of Performance
Address: NAVFAC Washington's AOR.
 
Record
SN00907451-W 20051002/050930212031 (fbodaily.com)
 
Source
FedBizOpps.gov 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.