Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOLICITATION NOTICE

R -- FIRM FIXED PRICE TYPE CONTRACT FOR LOGISTIC SUPPORT SERVICES FOR CONTINUING PROMISE 2011 IN HAITI

Notice Date
4/29/2011
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883611T0120
 
Response Due
5/20/2011
 
Archive Date
6/19/2011
 
Point of Contact
Karen J. Donald 904-542-1076 Karen J. Donald, Contracting Officer, karen.donald@navy.mil
 
E-Mail Address
karen.donald@navy.mil
(karen.donald@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Issue Date for this Request for Quotes (RFQ) will be on or about 29 April 2011. The closing date for receipt of offers/proposal is 20 May 2011 at 4:00 p.m. (Easter Daylight Savings Time). This is an overseas requirement and exempt from the requirement under Small Business Administration. It is not a set-aside or otherwise. The period of performance will not be advertised herein due to security operational requirements of the United States Civilian and/or Military Expeditionary Forces. A copy of the RFQ will only be provided to those approved/authorized Expeditionary Service Contractor ™s (ESC ™s) as determined by the Contracting Officer and must be registered in the Central Contractor Registration (CCR) at time of request for the package and at the time of contract award in accordance with Federal Acquisition Regulation (FAR) 4.11. Interested offerors must submit a request in writing to obtain a copy of the RFQ. Offerors that do not have cage code, dunn and bradstreet number, completed their online representations and certificationswill be required to submit their request in writing and provide a Cage Code, Dunn and Bradstreet Number, Taxpayer ID, and copy of Online Representations and Certifications. The Contracting Officer will validate this information along with checking the Excluded Parties Listing System for Suspended/Debarred and/or proposed for suspension and/or debarment before a copy of the RFQ is provided. This requirement is providing logistics and life support to expeditionary naval forces operating in Haiti. This ashore presence is part of a larger U.S. Southern Command (SOUTHCOM) directed mission: Approximately 272 Navy Medical/Dental personnel will require port-a-potties, dumpsters, diesel for generators, MOGAS, tents, canopies, tables, chairs, 5K outdoor-capable forklift, and transportation of personnel and equipment between the Port-of-Call and Medical project sites at the beginning, during and at the end of the mission. Additionally, 25 Navy Engineering/construction personnel will require port-a-potties, dumpster, MOGAS, diesel for generators, diesel for equipment and transportation of tools and equipment between the Port-of-Call and project sites at the beginning and end of the construction phase. The Expeditionary Services Contractor (ESC) shall provide a designated English speaking representative(s) that is assigned to support this phase of Continuing Promise 2011. The ESC shall obtain any necessary insurance, licenses and permits, and comply with any applicable laws, codes, and regulations, in connection with the performance of the work at no additional cost to the U.S. Government. The ESC shall ensure that proper safety and health precautions are taken to protect personnel, the general public, and property of others, during the performance of this contract. The ESC shall ensure that any and all subcontractors comply with these requirements. The approved list of materials and support requirements will be specified in the RFP. NOTE: Closing date referenced in this NECO advertisement is the closing date for the receipt of the Quotes/Offers. No verbal or phone conversations will be accepted. All questions to be submitted to Karen J. Donald, Contracting Officer at Karen.donald@navy.mil. Basis of Award: Lowest priced technically acceptable offeror. Non-Cost factor is Past Performance and cost factor is the total evaluated price for the services to be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f27fe32580fd66191da4af98ccd82c8d)
 
Record
SN02436889-W 20110501/110429234714-f27fe32580fd66191da4af98ccd82c8d (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.