SOLICITATION NOTICE
Z -- COMBINATION FIRM FIXED PRICE/ INDEFINITE QUANTITY CONTRACT TO PROVIDE AUTOMATIC MAINTENANCE AND REPAIR AT NAVAL SUPPORT ACTIVITY (NSA) PHILADELPHIA, PA
- Notice Date
- 5/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N4008512R5003
- Response Due
- 6/28/2012
- Archive Date
- 9/30/2012
- Point of Contact
- JESSICA NELSON 215-897-8877 ALT POC: DAVE RHOADS, 215-897-4345
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION NUMBER: N40085-12-R-5003 DESCRIPTION: The Naval Facilities Engineering Command, Mid-Atlantic PWD PA announces its intention to procure maintenance, repair, alteration, demolition and minor construction for the following: Building and Structures-Automatic Door systems in various buildings at Naval Support Activity (NSA), Philadelphia, PA, 19111. This contract shall be in accordance with FAR 12 Acquisition of Commercial Items and FAR 13 Simplified Acquisition Procedures. Service Contract Act Wage Determination which will apply to resulting contract is: Wage Determination No.: 2005-2449 Revision No.: 11 Date Of Revision: 06/13/2011. This announcement is set-aside 100% for Small Business under NAICS code 811310 with a size standard of $7.0M. ALL offerors shall have a current registration in the Central Contractor Registration (CCR) https://www.bpn.gov/ccr/default.aspx, possess a current DUNS number and be registered in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. In accordance with FAR 52.204-7 and 52.204-8, no award shall be made to any offeror who does not meet these requirements. The resultant contract will be a combination Firm Fixed Price (FFP) and Indefinite Quantity (IQ) type contract with a 12 month base period and potential four 12 month option periods, which may be exercised by the Government in accordance with the schedule. The contractor shall provide the following: provide all labor, management, supervision, tools, material, and equipment required to perform Automatic Door maintenance services for facilities at the Naval Support Activity, 700 Robbins Ave, Philadelphia, PA. A site visit will be scheduled however; the site visit is NOT mandatory for contract award but is encouraged. If the offeror attends the site visit, it will be at your own expense. The Government will not compensate or be responsible for any associated costs of the optional site visit. Please contact the Government Representative, Mr. Mark Gallagher at 215-697-3286 for site visit information. The site visit log will NOT be made available to contractors. The availability of the solicitation will only be available electronically. No hard copies will be issued. Notification of any changes to the solicitation will be made electronically. All electronic copies of this solicitation and any amendments can be found on the Navy Electronic Commerce Online (NECO) https://www.neco.navy.mil and Federal Business Opportunities (FBO) https://www.fbo.gov websites. It will be the offerors responsibility to check these sites for any amendments. The MAIN website for ALL amendments will be the NECO website. Please register with NECO so that all notifications will be emailed to your firm. As stated in the solicitation, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The Lowest Priced Technically Acceptable (LPTA) proposal process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. An overall non-price factors rating must be at least ACCEPTABLE in order to be eligible for award. An UNACCEPTABLE rating in any factor results in the overall non-price factors proposal being rated UNACCEPTABLE unless corrected through discussions. An overall non-price factors rating of UNACCEPTABLE makes a proposal ineligible for award. Questions regarding this solicitation shall be in writing and may be addressed to Jessica Nelson via email at jessica.nelson@navy.mil. The response date and time for this solicitation is 1500 Eastern Standard Time on 28 June 2012. Questions pertaining to this solicitation will only be accepted until 1500 Eastern Standard Time on 25 June 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008512R5003/listing.html)
- Place of Performance
- Address: 700 ROBBINS AVE., PHILADELPHIA, PA
- Zip Code: 19111
- Zip Code: 19111
- Record
- SN02759932-W 20120531/120529234855-1b9b0638eeec2cc92d6c921cb7fc09de (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 |