Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
MODIFICATION

Z -- A-76 STUDY FOR FACILITIES MAINTENANCE FUNCTIONS LOCATED AT MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC)

Notice Date
3/28/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, A-76 Contracts Team, Attn: Code 02X2 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-01-R-5104
 
Response Due
4/29/2002
 
Point of Contact
samantha darella, contract specialist, Phone 6195323758, Fax 6195324903, - lisa young, contract specialist, Phone 6195321181, Fax 6195324903/3358,
 
E-Mail Address
darellass@efdsw.navfac.navy.mil, younglm@efdsw.navfac.navy.mil
 
Description
***UPDATE*** In conjunction with the notice published in FEDBIZ OPS and NAVFAC?s ESOL website on 13 March 2002, this is an update and considered the Final Notice for an OMB Circular A-76 Cost Comparison Study to provide Base Operating Support Services for Facility Maintenance at MCAGCC 29 Palms, Ca. As previously indicated, the required services include, but are not limited to: Maintenance and Repair of Real Property; Landfill Operations and Maintenance; Utilities Operations and Maintenance; and Maintenance of Improved and Unimproved Roads and Grounds. Additional details regarding the pre-solicitation notice follow: The expected term of the contract consists of a two-month phase-in, a one-year base year and four one-year option years. In accordance with FAR 15.1, Engineering Field Division Southwest determined it is in the Marine Corps' and Industry's best interest to streamline the acquisition process by utilizing a Three-Step Source Selection Process. Step I consists of a written Statement of Qualifications (SOQ) addressing Corporate Experience, Past Performance, Corporate Management Capability and Small Business Subcontracting Effort. Step II is submission of a written proposal addressing Technical and Management Approach and Price. Step III includes oral presentations for the Key Project Personnel and Transition Plans and the evaluation of the written technical and price proposals. Additionally, Offerors will be notified and advised in writing upon conclusion of Step I evaluations whether they were considered viable competitors for this acquisition. The written notification will address each of the strengths, weaknesses, and deficiencies noted in the proposal. Offerors will also be informed that notwithstanding the advice provided by the Government in response to Step I proposals, Offerors may participate in Steps II/III of the source selection process. The RFP is now available on NAVFAC?s website with a closing date for Step I proposals of April 29, 2002, no later than 1400 Pacific Standard Time. A pre-proposal conference has been scheduled for April 12, 2002 and will be held at Twentynine Plams, Ca. Additional details? regarding the pre-proposal conference is posted on the ESOL NAVFAC Website. A site visit will be conducted with those firms who elect to proceed to Step II of the procurement process. A minimum of 30 days will be allowed for submittal of Step II proposals. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil. It will be the firm's responsibility to check the website for any posted changes. Original Notice: This is the Pre-Solicitation Notice for an OMB Circular A-76 Cost Comparison Study to provide management, personnel, equipment, tools, replacement parts, materials and appropriate licenses to accomplish Facility Maintenance at MCAGCC 29 Palms. The required services include, but are not limited to: Maintenance and Repair of Real Property; Landfill Operations and Maintenance; Utilities Operations and Maintenance; and Maintenance of Improved and Unimproved Roads and Grounds. There are approximately 189 positions affected by this study. If the cost comparison results in contract performance, the contract performance period will include one base year, four (4) twelve month option years and the ability to earn an additional two (2) twelve month award term years based on the award term provisions in section G of the solicitation. A performance-based combination firm fixed price, indefinite quantity type contract is anticipated. PARTICIPATION IS THIS ACQUISITION IS UNRESTRICTED. In accordance with OMB Circular A-76, the offer determined to represent the best value to the Government, price and other factors considered, will be compared to the Government's proposal to perform said services. A contract will not be awarded unless (1) the costs of contracting are lower than the costs of continued Government performance by a factor equal to or greater than (10) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, Engineering Field Division Southwest determined it is in the Navy and Industry?s best interest to streamline the acquisition process by utilizing a Three-Step source selection process. Please refer to sections L & M of the RFP for details regarding the evaluation criteria and submission requirements. All potential offerors are reminded, in accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001), lack of registration in the CCR database will make an offeror ineligible for award. The North America industry classification system (NAICS) code for this acquisition is 561210. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil. The official plan holders list will be maintained on and can be printed from the website. All prospective offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, offeror type (prime contractor, sub contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. The RFP will be available on the NAVFAC website on or around 26 March 2002 with a closing date for Step I proposals due 30 days after issuance of the RFP. A Step I pre-proposal conference will be held within 10 days of issuance of the RFP. Additional details regarding the Pre-proposal conference will follow on this website in addition to a final notice in FedBizOpps.
 
Place of Performance
Address: Marine Corps Air Ground Combat Center 29 Palms, Ca.
Zip Code: 92278
Country: United States
 
Record
SN00049894-W 20020330/020328213437 (fbodaily.com)
 
Source
FedBizOpps.gov 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.