Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2002 FBO #0164
SOLICITATION NOTICE

99 -- 8(a) Competitive IDIQC Environmental Engineering Services

Notice Date
5/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, BRAC Team, Attn: 06B2 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-02-R-8213
 
Response Due
6/13/2002
 
Point of Contact
Laura Chapman, Contract Specialist, Phone 619 532 0979, Fax 619 532 0995, - melita orpilla, contract specialist, Phone 6195324813,
 
E-Mail Address
chapmanlm@efdsw.navfac.navy.mil, orpillamd@efdsw.navfac.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This acquisition is a competitive 8(a) set-aside anprocurement under the North American Industrial Classification System (NAICS) code 541330, Environmental Engineering Services. The resulting contract will be a FIRM FIXED PRICE, INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ), FOR VARIOUS ENGINEERING STUDIES AND RELATED SERVICES PRIMARILY AT THE HUNTERS POINT SHIPYARD, San Francisco, CA. Awards will be made using Federal Acquisition Regulation (FAR) Part 15 competitive negotiation procedures. Contract will be awarded to the 8(a) firm whose proposal, conforming to the solicitation, offers the "Best Value" to the Government, price and other factors considered. The contract will be awarded for a base period of one year with one one-year option period. The Government intends to award the contract with Proposed Task Order 0001. However, the government reserves the right not to award Proposed Task Order 0001. The minimum guarantee is $50,000. The total aggregate value of task orders issued under the contract shall not exceed $25,000,000. The services to be acquired will be to perform various environmental engineering studies, investigations, field sampling, laboratory analysis, electronic data management, prepare reports and other related engineering services. Proposals will be evaluated based on the following factors: FACTOR-1 Past Performance within the last three years; FACTOR-2 Specialized Experience within the last five years; FACTOR-3 Engineering and Management Approach (This factor will include Proposed Task Order 0001); FACTOR-4 Compliance with Public Law 103.337 which authorizes the Secretary of Defense to give preference to entities that plan to hire local residents when entering into contracts for services to be performed at a military installation that is affected by closure or alignment under a base closure law; and FACTOR-5 Price (Price of Proposed Task Order 0001). Factors 1, 2, 3, and 4 are of equal importance. Factors 1, 2, 3, and 4 combined are significantly more important than price. A pre-proposal conference will be held at Hunters Point Shipyard, San Francisco, CA at a date and time to be determined. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award a contract to other than the offeror submitting the lowest price for Proposed Task Order 0001; to 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, and to award to the offeror submitting the proposal, determined by the Government, to be most advantageous to the Government. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING PROPOSALS WILL NOT BE COMPENSATED. Once issued, the solicitation will be available only in the electronic medium and can be downloaded free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/ under pre-solicitation notice N68711-02-R-8213. Prospective offerors MUST register on the web site. There will be no hardcopies of this solicitation issued. Amendments will be posted on the web site for downloading. This will be the only method of distribution; therefore IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors must be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The web site for the CCR is http://www.ccr2000.com/. The solicitation is scheduled for release on or about 22 May 2002. POINT OF CONTACT FOR THIS SOLICITATION IS LAURA CHAPMAN AT (619-532-0979). Requests for additional information regarding this solicitation should be in writing and emailed to Laura Chapman at chapmanlm@efdsw.navfac.navy.mil, with a copy to orpillamd@efdsw.navfac.navy.mil.
 
Place of Performance
Address: Hunters Point Shipyard, San Francisco, CA
Zip Code: 94124
Country: USA
 
Record
SN00076040-W 20020515/020513213333 (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.