Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
MODIFICATION

C -- SEE ATTACHED

Notice Date
11/4/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Bld 903 Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010R0033
 
Response Due
12/6/2010
 
Archive Date
1/31/2011
 
Point of Contact
Donna Ruzicka 904-542-6918
 
E-Mail Address
donna.ruzicka@navy.mil
(donna.ruzicka@navy.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This procurement is being solicited as a competitive Indefinite- Delivery Indefinite Quantity (IDIQ) contract under one solicitation resulting in the award of one IDIQ contract. The solicitation will be issued as a HUBZone set-aside. The Solicitation Number for this announcement is N69450-10-R-0033. The objective of this procurement is to obtain services for the removal of asbestos containing material and re-installation of non-asbestos containing material throughout the Southeast region. All work shall be in accordance with Department of the Navy Environmental Restoration Program Manual, OPNAV 5090.1c, MCO 5090.2, and all other appropriate federal, state, and local laws and regulation. The NAICS Code for this procurement is 562910, Remediation Services. The Small Business Size Standard is $14,000,000. The Federal Supply Code is C130, Restoration. Under FAR guidelines, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. The proposed solicitation will be formatted as a Request for Proposal (RFP) in accordance with requirements designated by sections of FAR 15.203 and NFAS for a negotiated procurement. The RFP will be issued on approximately November 5, 2010 with a proposal due date approximately December 6, 2010. The RFP will be available for viewing and downloading at www.neco.navy.mil and at https://www.fbo.gov. Prospective offeror ™s must be registered on the website. Amendments will be posted on the website for downloading. This will be the only method of distributing amendments; therefore, it is the offeror ™s responsibility to check the website periodically for any amendments to this solicitation. Offeror ™s must also be registered in the Contractor ™s Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.bpn.gov. Technical inquiries must be emailed 15 days before proposals are due to the address listed above to: ashley.chester@navy.mil or jacquelyn.s.jackson@navy.mil. The RFP will be evaluated by Lowest Price Technically Acceptable procedures using the following evaluation factors: 1) Technical Capability and 2) Price. The contract ™s estimated period of performance will be one base year and four option years. In accordance with the Miller Act (40 U.S.C. 3131), performance and payment bonds will be required. Therefore, based on FAR 28.101 (Bid Guarantees), a bid guarantee of 20% is required. Point of Contact is Donna Ruzicka at (904) 542-6918 or Jacquelyn Jackson, (904) 542-6914; Email: donna.ruzicka@navy.mil or jacquelyn.s.jackson@navy.mil. All inquiries regarding this project must be submitted via email to donna.ruzicka@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca1d66a68650a8446f51da73854ecdf0)
 
Record
SN02322948-W 20101106/101104234534-ca1d66a68650a8446f51da73854ecdf0 (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.