Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2002 FBO #0220
MODIFICATION

M -- OPERATION AND MAINTENANCE OF CENTRAL HEATING & CHILLED WATER PLANTS, NAVY PUBLIC WORKS CENTER-WASHINGTON, WASHINGTON, DC

Notice Date
7/8/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-00-R-0053
 
Archive Date
10/16/2002
 
Point of Contact
Peter Higginbotham, Contracting Officer, Phone 202-685-8262, Fax 202-433-6900, - Danny Stubbs, Contracting Officer, Phone 202-685-3141, Fax 202-433-6900,
 
E-Mail Address
higginbothampk@efaches.navfac.navy.mil, stubbsda@efaches.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: This is an update of a previous solicitation, that was originally published in the 23 February 2000 Commerce Business Daily. The Engineering Field Activity Chesapeake is currently seeking potential sources for an OMB Circular A-76 Cost Comparison Study. The intent of the study is to determine the most efficient and cost effective method of providing Operation and Maintenance of Central Heating and Chilled Water Plants and associated distribution systems at the Navy Public Works Center, Washington, DC including areas of responsibility. This notice does not constitute a commitment by the Government. The Study will determine whether these services should be performed under a contract with commercial sources or through the federal work force. A Government proposal to provide these services is being developed and a contract may or may not result. THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS. The NAICS Code for this procurement is 561210 Facilities Support Services with a size standard of $23 million. Work to be performed covers the following areas: labor, transportation, equipment, tools, materials, supervision, incidental engineering, coordination and management necessary to operate, maintain and repair the central heating, chilled water plants, and associated distribution systems, facilities, and equipment with efficient and cost effective methods. The requirements include the following public works services: boiler plant operator, electronic industrial controls mechanic, utility systems repair operator, a/c equipment operator, boiler plant equipment mechanic, welder, pipe fitter, instrument mechanic, planner/estimator, and maintenance helper, by means of a combination firm fixed price and indefinite quantity type contract in accordance with the Request for Proposals. This is not a request for proposal and a solicitation is not available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The final solicitation is scheduled to be released on or about July 9, 2002. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download free of charge via: http://esol.navfac.navy.mil. All prospective offerors and plan room holders must register as plan holders on the website in order to receive a copy of the final solicitation. The official plan holders list will be maintained on and can be printed from the website. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, plan room, etc?) e-mail address and type of business (large, small, small disadvantaged, women owned etc?). Notification of any amendments to the solicitation will only be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments made to the solicitation. Proposal evaluation will be in accordance with the procedures set forth in OMB Circular A-76 and Section M of the Request for Proposal. Any resultant contract will have a performance period that includes a base period and 4 option years. The contract type will be a combination firm fixed-price and indefinite quantity. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. Site Visit: A site visit/pre-proposal conference is scheduled for August 7 and 8, 2002 at 9:00 am. NOTE: REGISTRATION ON E-SOL DOES NOT RESERVE A SEAT AT THE SITE VISIT. All interested parties must fax or e-mail a List of Attendees to Peter Higginbotham at Fax No: (202) 433-6193, e-mail: Higginbothampk@efaches.navfac.navy.mil nolater than 2:00 pm July 31, 2002 for site-visit reservations. Full details are prescribed in the solicitation. The List of Attendees shall include the following information; NAME, COMPANY NAME, DATE OF BIRTH, PLACE OF BIRTH, SOCIAL SECURITY NUMBER, Indicate whether the representative is a Prime or Sub contractor. Visitors may be required to present documentation evidencing personal identification and firm affiliation. Each Prime or Sub contractor shall be limited to (2) representatives. A Government vehicle will be used to transport attendees to the conference area and site-visit. Personal or company provided vehicle cannot be used. All attendees should come to the visitor office inside of the 11th Street Gate Entrance for visitor/parking passes. After parking vehicle (suggest using the parking structure across from McDonald?s restaurant on base), come to building 175, which is up the street from the outdoor eating/sitting area in front of McDonald?s. Opening remarks will start promptly at 0900 hours on August 7, 2002 and transportation vehicle will depart immediately thereafter. Points of Contact Primary POC: Pete Higginbotham, Ph: (202) 685-8262, Fax: (202) 433-6193, E-mail: Higginbothampk@efaches.navfac.navy.mil. Secondary POC: Danny Stubbs, Contracting Officer, Ph: (202) 685-3141, Fax: (202 433-6193), E-Mail: Stubbsda@efaches.navfac.navy.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62477/N62477-00-R-0053/listing.html)
 
Place of Performance
Address: NAVY PUBLIC WORKS CENTER - WASHINGTON, DC ADMINISTERED BY EFACHES WNY, CODE AQ-1, BLDG. 212 1314 HARWOOD ST, SE WASHINGTON, DC
Zip Code: 20374-5018
Country: USA
 
Record
SN00112339-F 20020710/020708214558 (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.