Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2015 FBO #5125
SOLICITATION NOTICE

V -- Towing & Emergency Roadside Assistance - Package #1

Notice Date
12/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488410 — Motor Vehicle Towing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Coronado FEAD/CODE ROPMN, Naval Air Station North Island/5SC2, PO Box 357007/Building 343, San Diego, California, 92135-7007, United States
 
ZIP Code
92135-7007
 
Solicitation Number
N6247316R1003
 
Archive Date
1/19/2016
 
Point of Contact
PATTY OLIVAS, Phone: 619-532-3065
 
E-Mail Address
patty.olivas@navy.mil
(patty.olivas@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP ELINS In accordance with Federal Acquisition Regulations (FAR) Part 12, this procurement will be processed as a commercial item acquisition. This procurement consists of one solicitation with the intent to award one IDIQ Facilities Support Contract Services for the performance of Vehicle Towing and Emergency Roadside Assistance to vehicles and automotive type equipment. These services shall be performed on site at the following locations: Marine Corps Base Camp Pendleton, CA; Marine Corps Air Station, Miramar, CA; Marine Corps Air Ground Combat Center, 29 Palms, CA; Marine Corps Logistics Base, Barstow, CA; Marine Corps Recruit Depot, San Diego, CA; Marine Corps Mountain Warfare Training Center, Bridgeport, CA; and Marine Corps Air Station, Yuma, AZ. The Contractor shall be required to perform emergency roadside service and/or towing services on roadways on, around, and between the above listed Marine Corps installations, not to exceed a 150-mile radius from these installations. The basic contract period will be for 12 months, with four (4) 12-month options for a total maximum duration of 60 months. The Government will not synopsize the options. The North American Industry Classification System (NAICS) Code is 488410 and the size standard is $7.5 million dollars. Work will be ordered under individual task orders against the basic contract. Task orders will range between $2,500.00 to $100,000.00. Task orders may fall below or above this limit; however the Contractor is 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. LPTA Source Selection Procedures will be used and award may be made to the offeror who submits the lowest price, technically acceptable proposal (LPTA). The Government intends to evaluate offers and award a contract without discussions. 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: Factor 1 - Recent, Relevant Experience of the Firm Factor 2 - Past Performance on Recent, Relevant Projects Factor 3 - Safety A formal Pre-Proposal Conference will not be held for this solicitation. 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. Notification of any changes (amendments) to the solicitation will be made only on the internet via amendment to the solicitation. It is the contractor's responsibility to check the website daily for any and all amendments to this solicitation. All contractors must be registered in the System for Award Management (SAM) database prior to award of a DOD contract. Contractors may obtain information on registration at https://www.sam.gov/portal/SAM/. Contractors shall comply with the VETS-4212 reporting requirements of FAR Clause 52.222-37, Employment Reports on Veterans (Oct 2015), prior to receiving award of a federal contract exceeding $25,000. Instructions, information and follow-up assistance is provided at VETS-4212 Internet site at http://www.dol.gov/vets/vets4212.htm. Proposals are due on January 4, 2016, by 12:00 PM, Noon - Pacific Time, and shall be delivered to NAVFAC Southwest, Attn: Patty Olivas, CODE ACQ10.PO, 1220 Pacific Highway, Building 127, San Diego, CA 92132. Point of Contact for this solicitation is Patty Olivas, telephone: 619-532-3065 or email: patty.olivas@navy.mil. There will be no public bid opening.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711W/N6247316R1003/listing.html)
 
Place of Performance
Address: NAVFAC Southwest, 1220 Pacific Highway, Building 127, San Diego, CA 92132, San Diego, California, 92132, United States
Zip Code: 92132
 
Record
SN03960243-W 20151205/151203234638-48bae5cf924773ef57ae86bb63426f2d (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.