SOLICITATION NOTICE
N -- Procurement, Installation, and Sustainment of ATFP Equipment and Related Services
- Notice Date
- 3/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
- ZIP Code
- 92043-4347
- Solicitation Number
- N62473-06-R-3031
- Response Due
- 5/19/2006
- Description
- Previous reference number: N47408-04-R-2505 and N68711-05-R-0027. Solicitation N62473-06-R-3031 is for the Navy?s Anti-Terrorism Force Protection (ATFP) Ashore Program under the program management of Naval Facilities Engineering Command (NAVFAC). The ATFP Ashore Program goal is to automate and improve the security of Navy shore installations worldwide for Physical Security Equipment (PSE) procurement, installation, and life cycle sustainment, as well as sustainment of Chemical, Biological, Radiological, and Nuclear (CBRN) requirements using a total systems engineering approach. The ATFP Ashore Program is a critical element in improving the security posture at Navy shore installations worldwide. ATFP equipment is defined as equipment that facilitates the detection, delay, deterrence, assessment and response to terrorist events. Three major types of equipment are included as part of the ATFP Ashore Program: Physical Security Systems; Command, Control, Communications, Computers and Intelligence (C4I); and Chemical, Biological, Radiological and Nuclear (CBRN) threat reduction. This solicitation will be used to award up to four (4) multiple award contracts (MACs) to support the procurement, integration, installation, sustainment, and training for ATFP equipment at Navy shore installations throughout the world. Services will include, but not be limited to, equipment installation, commissioning, operations and maintenance and logistics support such as training and technical manuals. This requirement will be full and open competition under North American Industrial Classification System (NAICS) Code 238210, electrical contractors with a $12,000,000 size standard. The Small Business Competitiveness Demonstration Program (PL 100-656) also applies to this industry group, which establishes the requirement for unrestricted competition in accordance with FAR Part 19.10. A Fixed-Price, Indefinite Delivery Indefinite Quantity contract type is anticipated. Significant subcontracting opportunities exist. Large businesses will be evaluated on past small business utilization and proposed small business participation among other evaluation factors. A subcontracting plan is required from large businesses. The estimated maximum dollar value over the base year and four option year periods combined is $500,000,000. Task orders are expected to range between $100,000 and $10,000,000. The minimum ordering limitation is $100,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $100,000 is guaranteed to be ordered during the performance period of the contract for each of the multiple award contractors. Contractors are not guaranteed work in excess of the minimum guarantee. The government intends to evaluate proposals using best value criteria and award a contract without discussions. The solicitation (Request for Proposal (RFP)) will state all requirements for submittals of proposal data. This solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and solicitation amendments will be posted on the NAVFAC E-Solicitation Website at http://www.esol.navfac.navy.mil . The RFP will be posted on the E-SOL website on or about 23 March 2006. Proposals will be due approximately two months later. It is each offeror?s responsibility to check the website for any amendments. There will be a pre-proposal conference approximately two to three weeks after release of the RFP. Details will be posted on ESOL at a later date. Interested parties are required to register for the solicitation at the NAVFAC E-Solicitation Website. Each contractor must be registered, or in the process of registering, on the Department of Defense (DoD) Central Contractor Registration (CCR). No contract award will be made to any contractor that is not registered in the CCR.
- Place of Performance
- Address: Naval Installations Worldwide
- Record
- SN01002512-W 20060310/060308212834 (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 |