Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2002 FBO #0235
SOLICITATION NOTICE

Y -- JOB ORDER CONTRACT AT THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA AND THE MARINE CORPS AIR STATION, NEW RIVER, JACKSONVILLE, NORTH CAROLINA AND AT VARIOUS GOVERNMENT FACILTIES IN NC

Notice Date
7/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Camp Lejeune, 1005 Michael Road, Camp Lejeune, NC, 28547-2521
 
ZIP Code
28547-2521
 
Solicitation Number
N62470-02-R-3301
 
Response Due
9/5/2002
 
Point of Contact
Robert Black, Contracting Officer, Phone 910-451-5598, Fax 910-451-5629, - Phillip Linebarger, Contracting Officer, Phone 910-451-5598, Fax 910-451-5629,
 
E-Mail Address
BlackRM@lejeune.efdlant.navfac.navy.mil, LinebargerPV@lejeune.efdlant.navfac.navy.mil
 
Description
JOB ORDER CONTRACT AT THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA AND THE MARINE CORPS AIR STATION, NEW RIVER, JACKSONVILLE, NORTH CAROLINA AND AT VARIOUS GOVERNMENT FACILTIES IN NORTH CAROLINA. Solicitation No.: N62470-02-R-3301. This Request for Proposal (RFP) is UNRESTRICTED. The NAICS (Standard Industrial Classification Code) is 233310 (General Construction Contractors) with a standard size of $28.5 Million. The Government intends to award a Job Order Contract (JOC) for Indefinite Quantity Construction Task Orders. The work includes construction, alteration and repair of Government facilities at the Marine Corps Base, Camp Lejeune, North Carolina (and includes other Government Facilities in North Carolina). Davis-Bacon wage rates apply. The proposed contract has a twelve-month base period plus the Government has the right to extend the contract up to four additional option periods of twelve months each for a total performance period not-to-exceed 60 months. Each twelve-month period will have an annual value not-to-exceed $5,000,000.00. The total not-to-exceed amount for a possible 60 months (base year and four option years) is $25,000,000.00. Offerors will be required to submit technical & price proposals. Award will be made to one responsible offeror whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. Technical factors include: (A) Past Performance on similar type and size projects, (B) Management & Organization, with Subfactors: (1) Corporate Experience, (2) Key Personnel, (3) Architect-Engineering Support/In-House Engineering, & (4) Contractor Quality Control, (5) Safety & Health, (6) Financial/Bonding Capability & (C) Support for Small Business, Small Disadvantaged and Women Owned businesses. Pursuant to FAR 15, the Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any offerors; to award to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal which conforms to the RFP and represents the Best-Value to the Government, cost or price and other factors considered. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Initial offers should contain the offeror?s best terms from a price and technical standpoint. In accordance with the provisions of DFARS 252.2004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the database on the part of an offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at WWW.CCR.GOV A Pre-Proposal Conference/Site Visit is tentatively scheduled for 1:00 P.M., 14 AUGUST 2002 at the Resident Office in Charge of Construction, 1005 Michael Road, Camp Lejeune, NC. The solicitation will be available through electronic medium (see FAR 5.102(d)) and may be downloaded free of charge through NAVFAC E-Solicitation (ESOL) via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and planholders should register as planholders on the website in order to receive a copy of the solicitation, notification of site visits, etc. The official planholder's list will be maintained at http://www.esol.navfac.navy.mil and can be printed from that website. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, suppliers, planholders, etc.), email address and type of business (large, small, small disadvantaged, woman owned, etc.) Notification of any amendments to the solicitation will only be made on the website. It is the sole responsibility of the offeror to continually view the website for any amendments made to the solicitation. Specifications will be available for viewing and downloading on or about 6 AUGUST 2002. The estimated date for the receipt of proposals is 5 SEPTEMBER 2002. Dates are subject to change and will be announced at http://www.esol.navfac.navy.mil. No public bid opening will be held. The free Adobe Acrobat Reader, required to view PDF files, can be downloaded from the Adobe website. DISCLAIMER: This site is running an unsecured WEB server. Users wishing to download or view any files associated with this solicitation accept the risks and responsibilities of receiving files from an unsecured site. The United States government is not liable or responsible for the accuracy of files downloaded from this site due to security issues related to the transfer of files through the Internet. Technical and FOIA related inquiries should be directed in writing to: R. M. BLACK, ROICC/OICC, 1005 Michael Road, Camp Lejeune, NC 28547, however, the preferred method is by electronic means via email to: blackrm@ lejeune.efdlant.navfac.navy.mil Alternate point of contact is Phil Linebarger at: linebargerpv@lejeune.efdlant.navfac.navy.mil or via facsimile (910) 451-5629.
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Camp Lejeune, 1005 Michael Road, Camp Lejeune, NC,
Zip Code: 28547-2521
 
Record
SN00123675-W 20020725/020723213721 (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.