Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

S -- MULTIPLE AWARD SERVICE CONTRACT FOR FACILITY SUPPORT CONTRACT SERVICES FOR WORK TO BE PERFORMED AT VARIOUS NAVAL AND MARINE CORPS INSTALLATIONS LOCATED IN ARIZONA, CALIFORNIA, COLORADO, NEW MEXICO, NE

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Public Works Contracts Core, 1220 Pacific Highway, San Diego, CA, 92132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-5011
 
Response Due
10/23/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement is a Multiple Award Service Contract (MASC) restricted to 8(a) concerns and will be procured as a commercial items acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. This is an IDIQ contract with no pre-established fixed contract prices. The basic contract period will be for 12 months. Each contract contains nine (9) 12-month options for a total maximum duration of 120 months. The Government will not synopsize the options. This procurement consists of one solicitation with the intent to award three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) Facility Support Contract Services for work to be performed at various Naval and Marine Corps installations located in ARIZONA, CALIFORNIA, COLORADO, NEW MEXICO, NEVADA and UTAH. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $250,000,000. The contract will end when 120 months is reached, or when $250,000,000 for all contracts combined is reached, whichever occurs first. The North American Industry Classification System (NAICS) Code is 561210 and the size standard is $32.5 million dollars. Services to be performed under the resulting contract(s) may include the following Facility Support Contract (FSC) Services: 1) Security services; 2) Family Housing maintenance services; 3) Bachelor's Quarters maintenance services; 4) Facility Investment services; 5) Janitorial services; 6) Pest Control services; 7) Refuse services; 8) Grounds maintenance services; 9) Street Sweeping & Snow Removal services; 10) Chiller Plants maintenance services; 11) Electrical maintenance services; 12) Gas maintenance services; 13) Wastewater maintenance services; 14) Steam maintenance services; 15) Water maintenance services; 16) Base, Support, Vehicle & Equipment (BSVE) maintenance services; and 17) Environmental maintenance services. Work will be ordered under individual task orders against the basic contract. Task orders will range between $2,500 to $12,000,000. Task orders may fall below or above this limit; however contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through issuance of a task order. After award of the initial contract(s), each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. 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 $5,000 is guaranteed to be ordered to each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. Source Selection Procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Selection for award will be based on evaluation of the following: a. Price, and b. The technical factors are: Factor 1 - Experience of Offeror Factor 2 - Technical Approach Factor 3 - Management Plan Factor 4 - Safety Factor 5 - Past Performance of Offeror and Offeror's Team Relative Importance of the Evaluation Factors: The evaluation factors are divided into two categories; non-price evaluation factors (Factors 1, 2, 3, 4, & 5) and price. the Technical Factors 1, 2, 3, 4, and 5 are of equal importance. When the proposal is evaluated as a whole, the Technical Factors 1, 2, 3, 4, and 5 combined are approximately equal to Price. The importance of price will increase if offerors Technical proposals are considered essentially equal in terms of technical quality, or if price is so high as to significantly diminish the value of a proposals technical superiority to the Government. Award will be made to the responsible offeror(s) whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. Price: Offeror shall submit a price proposal for Proposed Task Order (PTO) 0001 to perform Fire Suppression and Roll-up Door services at the Marine Corps Air Ground Combat Center (MCAGCC), 29 Palms, California on Exhibit A through E provided with the solicitation. The total price proposal for PTO 0001 will be evaluated to determine the reasonableness, and completeness of the offeror's proposal. The Government reserves the right not to award PTO 0001. There will NOT be a site visit for this PTO. A Pre-Proposal conference is TENTATIVELY SCHEDULED for 4 October 2007, at the time and location to be identified in the solicitation. Offerors shall register to attend the pre-proposal conference online at the E-Solicitation website under this RFP not later than 10-days prior to the conference. THIS REQUEST FOR PROPOSAL (RFP) WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY AND WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE VIA THE INTERNET WORLD WIDE WEB http://esol.navfac.navy.mil ON OR ABOUT 17 September 2007 AND CAN BE FOUND UNDER SOLICITATION NO. N62473-07-R-5011. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the government. Telephone and facsimile request will not be accepted. Plan holders list will NOT be provided by the Government, and will be made available at the internet website address listed above. Notification of any changes (amendments) to the solicitation will be made only on the internet. It is the contractors responsibility to check the website daily for any and all amendments to this solicitation. All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Prospective contractors should submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA). Prospective contractors should complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). OFFERS ARE DUE ON 23 OCTOBER 2007 BY 2:30 PM LOCAL TIME AND SHALL BE DELIVERED TO NAVFAC SOUTHWEST, ATTN: MICHELLE CROOK, CODE AQ1.MEC, 1220 PACIFIC HIGHWAY, BUILDING 128, SAN DIEGO, CA 92132. POINT OF CONTACT FOR THIS SOLICITATION IS MICHELLE CROOK, TELEPHONE (619) 532-1949 or email: michelle.crook@navy.mil. THERE WILL NOT BE A PUBLIC BID OPENING.
 
Place of Performance
Address: Arizona, California, Colorado, New Mexico, Nevada, & Utah
Zip Code: 92132-5190
Country: UNITED STATES
 
Record
SN01397551-W 20070908/070906222205 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.