Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10, 2001 PSA #2994
SOLICITATIONS

J -- J -- PMIS CHILLED WATER A/C SYSTEM, BLDG. #1330

Notice Date
December 6, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Camp Pendleton Field Team, MCB Camp Pendleton PO Box 555229/Building 22101, Camp Pendleton, CA, 92055-5229
ZIP Code
92055-5229
Solicitation Number
N68711-02-Q-6250
Response Due
January 21, 2002
Point of Contact
Michele Hovis, Constract Specialist, Phone 760.725.8990, Fax 760.725.3222, Email HovisM@efdsw.navfac.navy.mil -- david dickhoff, contract specialist, Phone 7607258218, Fax 7607253222, Email dickhoffda@efdsw.navfac.navy.mil
Description
=20 Synopsis or Description=20 =20 This solicitation number will be released for download under a revised number (N68711-02-R-6250. This revision is due to the fact that the requirement is no longer under the small purchase threshold. It will be issued as a formal Request for Proposal and based on best value to the Government. In addition to price, the technical evaluation will be based on past performance, quality assurance, management capability, personnel qualifications and abilityto meet required response times for unscheduled repairs. =20 DESCRIPTION OF WORK: The intention of this solicitation is to obtain preventive maintenance and repair services for the chilled water air conditioning system located at the Base Theater by means of a combiation firm fixed-price (FFP) and indefinite quantity (IQ) contract. The North American Industry Classification System (N.A.I.C.S.) Code is 811310, The Standard Industry Classification (S.I.C.) Code is 7623 (Refrigeration and Air Conditioning Service & Repair), and the small business size standard is $5 million. A FFP/IQ contract with a performance period of twelve months (base year) and four option years is anticipated. The minimum guarantee is the firm fixed price portion of the contract. This requirement is being solicited as 100% small business set-aside in accordance with FAR Part 13.003(b)(1). The contract will be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering price and technical evaluation factors. The technical evaluation will be based on past performance and quality assurance. In accordance with FAR 5.102(a)(7), availability of this requirement will be limited to the electronic medium; this requirement will be available for viewing and downloading, free of charge, via http://esol.navfac.navy.mil. The official planholder?s list will be maintained on, and may be printed from, this website. All prospective offerors and planrooms are required to register as planholders on this website. Hard copies (paper sets) or CD-ROM of this solicitation or the planholder?s list will NOT be provided by the Government. All contractual and technical questions must be submitted in writing and may be faxed to (760) 725-3222. No telephone or e-mail questions will be accepted. Notification of any postponements and any amendments to this solicitation will only be posted on this website. It is the sole responsibility of the offeror to continually view this website for any amendments made to this solicitation. This solicitation will be made available for viewing and downloading approximately 20 December 2001. A tentative site visit date will be set in the future. The closing date for receipt of quotes is tentatively scheduled for 21 January 2002. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N68711G/N68711-02-Q-6250/listing. html)
Record
Loren Data Corp. 20011210/JSOL001.HTM (D-340 SN5145Q8)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on December 6, 2001 by Loren Data Corp. -- info@ld.com