Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2003 FBO #0594
SOLICITATION NOTICE

Z -- Air Conditioning Multiple Award Construction Contract, Various Locations, Guam

Notice Date
7/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Marianas, PSC 455, Box 175 FPO AP, Santa Rita, GU, 96540-2200
 
ZIP Code
96540-2200
 
Solicitation Number
N62766-03-R-2347
 
Point of Contact
Doris Castro, Contracting Officer, Phone 6713398465, Fax 6713394248, - Velma Agustin, Contract Specialist, Phone 6713394119, Fax 6713397077,
 
E-Mail Address
castrodr@pwcguam.navy.mil, agustinv@pwcguam.navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This source selection procurement consists of one solicitation with the intent to award three indefinite delivery indefinite quantity Air Conditioning Multiple Award Construction Contracts (AC MACC). Under AC MACC contractors provide for the repair and alteration of air conditioning and ventilation systems of existing military facilities including bachelor quarters, family housing, administrative and personnel facilities, recreational facilities, hospitals, dispensaries, schools, religious education facilities, shops, and other structures of similar use. Additional tasks may include new construction and incidental alteration or construction work of air conditioning and ventilation systems for communications facilities, computer and electronic facilities, cold storage and dehumidified warehouses. The location of the work is at various Federal and military facilities on Guam. This procurement will be indefinite delivery indefinite quantity type contract for AC MACC with a base period and two option periods. The performance-period requirements will be 365 calendar days from date of award for the base period and for each option period. The maximum amount is $5,000,000 per base period and for each option period per contract or a total value of $15,000,000 per contract. The minimum guarantee is $25,000 for each contract for the base year only. Award will be made to the responsible offerors whose proposals, conforming to the Request for Proposals, will be most advantageous to the Government resulting the best value, price and other factors considered. After award of the initial contracts, the awardees will compete for task orders based on either best value or low price technically acceptable to the Government. Evaluation of contract award is based on the following two factors: Factor (1) Price and Factor (2) Technical. Factor (2) Technical has four sub-factors, which are: (2A) Past Performance, (2B) Key Personnel and Experience, (2C) Safety and (2D) Construction Management. Contract award will be made to the offerors representing the best value to the Government from a technical and price standpoint. Price is considered approximately equal to the technical evaluation factors. Price will be based on the Pricing Project to be identified in the solicitation. Offerors can view or download the solicitation package at the website address: http://esol.navfac.navy.mil on or about 29 July 2003. The due date for receipt of proposals will be approximately 30 calendar days from date of issuance of the solicitation. This procurement is limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the U.S. Small Business Administration (SBA), Hawaii District Office, 300 Ala Moana Boulevard, Ste. 2-235, Honolulu, Hawaii 96850. Firms that are not serviced by the Hawaii District Office, but who have verifiable office and employees located within the geographic area serviced by the Hawaii District Office at the time of this FedBizOpps announcement, are also eligible to submit offers. All other firms are deemed ineligible to submit offers. The North American Industry Classification System (NAICS) Code is 238220. There is no requirement that 8(a) firms have NAICS Code 238220 approved by the SBA for use in their business plans.
 
Place of Performance
Address: Various Locations, Guam
 
Record
SN00370870-W 20030716/030714213636 (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.