Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2007 FBO #2145
SOLICITATION NOTICE

Z -- Regional Indefinite Delivery/Indefinite Quantity type contract to provide roof repair and replacement

Notice Date
10/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-06-R-6039
 
Response Due
11/26/2007
 
Archive Date
12/11/2007
 
Point of Contact
Kathryn Balonek, Contract Specialist, Phone 757-444-1138 3058, Fax 757-445-5063, - Dawn Cail, Contracting Officer, Phone 757-322-4422, Fax 757-322-4611
 
E-Mail Address
kathryn.balonek@navy.mil, dawn.cail@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement is a Best Value Source Selection using the Lowest Price Technically Acceptable method (LPTA) for award of a Regional Indefinite Delivery/Indefinite Quantity (IDIQ) type contract to provide roof repairs and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement in the Tidewater Area. Other incidental type work associated with roof repair and replacement is included and may be ordered for industrial, commercial and residential locations indicated within each task order. The bid schedule contains the annual aggregate estimated total of quantities for the contract. The contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, scoping, layout work, engineering and management necessary to fulfill the requirements of this contract and each task order in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates one contract award with five administration offices resulting from this solicitation. Each Public Works Department (PWD) location, a total of five, will administer the work they order. The Government will select the offeror whose proposal provides the lowest price and is technically acceptable to the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Negotiation permits proposals to be evaluated based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors proposals; and discussions, if necessary. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions with the offerors to allow proposal revisions. The Government reserves the right to 1) reject any or all proposals at any time prior to award and 2) negotiate with any or all offerors. The offeror?s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by this solicitation. Evaluation factors are divided into two categories; technical (Factors A through C) and price (Factor D). Award will be made to the technically acceptable offeror with the lowest evaluated price. The evaluation factors include Factor A Past Performance, Factor B Technical Approach/Management, Factor C Corporate Experience, and Factor D Price. The approximate solicitation release date is 25 October 2007. The estimated cost range is between $1 million and $5 million dollars. The North American Industry Classification System (NAICS) Code is 238160 and the size standard is $13 million dollars. This solicitation is 100% set-aside for 8(a) Small Business contractors. This is an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for a period of three years. The proposal due date is 26 November 2007. All inquiries must be addressed to: Crystal Hux at phone (757) 322-4451, fax (757) 322-4611, or e-mail crystal.r.hux@navy.mil. This solicitation will be available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. Adobe Acrobat Reader is required to view PDF files and can be downloaded free of charge from the Adobe website. The official access to this solicitation is via the Internet, and the address is: http://esol.navfac.navy.mil/. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitation website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on part of the offeror 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.
 
Place of Performance
Address: Tidewater Area, Virginia including cities of Norfolk, Chesapeake, Virginia Beach, Portsmouth, Yorktown and Williamsburg
Zip Code: 23511-3095
Country: UNITED STATES
 
Record
SN01431030-W 20071011/071009223911 (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.