Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2002 FBO #0320
SOLICITATION NOTICE

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT(S) FOR FENCING MAINTENANCE, REPAIR, AND INSTALLATION SERVICES AT VARIOUS LOCATIONS IN ARIZONA, CALIFORNIA, AND NEVADA.

Notice Date
10/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-7002
 
Point of Contact
Joseph Brown, Contract Specialist, Phone 619 532-1266, Fax 619 532-3358, - Elia Martinez, Contract Specialist, Phone (619) 532-3748, Fax (619) 532-3358,
 
E-Mail Address
brownjl@efdsw.navfac.navy.mil, martineze@efdsw.navfac.navy.mil
 
Description
Request for Proposal (RFP) commercial Item contract, NAICS 235990, Size Standard $11.5M. THIS SOLICITATION WILL BE ISSUE ON AN UNRESTRICTED BASIS. The contractor shall provide all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary to perform fencing maintenance, repair and installation services, at various locations in Arizona, California, and Nevada. The services are divided into contract regions (San Diego Metro Area, Valley Area, Central Area and Northern Area). This procurement consists of one solicitation with the intent to award two or more separate firm fixed-price IDIQ Contracts for each region. The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. The Government further reserves the right to award additional contracts within the acceptance period based upon the availability of funds for the minimum guarantee. Each contract will be for one (1) base year within the Government having the option to renew for four (4) additional one-year periods. The maximum value for the base term and each option period shall not exceed $1 million per contract and the total maximum value for the base term and all option shall not exceed $5 million per contract. Successful offerors will receive a minimum guarantee of $1,000.00 for the base year contract. Both a technical and price proposal must be submitted in accordance with the instructions set forth in the solicitation. Technical proposals will be evaluated on technical capabilities and factors: (Experience, Quality Control and Past Performance). The Government intends to evaluate proposals and award contract(s) without discussions with offerors. Therefore, each initial offer should contain the offerors best terms from a price, past performance, and technical standpoint. However, the Government reserves the right to conduct discussions if later determined to be necessary by the Contracting Officer. In accordance with FAR 5.102(a)(7) availability of the RFP will be limited to the electronic medium; the RFP will be available for download free of charge via the Internet World Wide Web at http//esol.navfac.navy.mil ? hard copies (paper sets) or CD-ROM of the RFP will no be provided by the Government. Telephone and facsimile request will no be accepted. The official planholder?s list will be maintained on, and may be printed from, the website. All prospective offerors and planrooms are required to register as planholders on the Internet, so it is the sole responsibility of the offeror to continually access the website for any changes. Note: All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://edi.disa.mil. Tentative issue date for the RFP is 04 November 2002. There is NO site visit scheduled for this project.
 
Place of Performance
Address: VARIOUS LOCATIONS IN ARIZONA, CALIFORNIA, AND NEVADA.
 
Record
SN00189012-W 20021018/021016213507 (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.