Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
SOLICITATION NOTICE

R -- TECHNICAL, ANALYTICAL, CONSULTING, ENGINEERING AND OPERATIONS EFFORT

Notice Date
10/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-04-R-0107
 
Point of Contact
Tom Kaczmarek, Contracting Officer, Phone 215-697-9666, Fax 215-697-9574,
 
E-Mail Address
thomas.s.kaczmarek@navy.mil
 
Description
Fleet and Industrial Supply Center {Norfolk} Detachment Philadelphia intends to acquire through full and open competition technical, analytical, consulting, engineering, logistics, and related services to support the operation of the U.S. Navy Price Fighter Program under the sponsorship of the Navy Inventory Control Point/Code 078 (nee Fitting Out and Supply Support/FOSSAC). Among the work products to be provided are intrinsic value and should cost analyses on Government procured spare parts, repairables, and weapons systems for DOD and other Government activities. This program effort will be attained by a new contract instrument. The estimated amount of services covers the minimum needs of the Government for the specified period. The solicitation (N00140-04-R-0107) will be available on or after 29 October 2003. The program effort shall consist of a Basic Program Term/LOT I of 12 months encompassing 17 May 2004 through 16 May 2005 plus four (4) successive option terms consisting of twelve (12) months each term. If all options to extend the term of the contract are exercised, contract ordering period will continue through 16 May 2009. The assessed cumulative level of effort consists of 1,578,143 productive man-hours of effort for the entire acquisition program (if all options are exercised). The estimated total level of productive effort identified with the Basic Program Term/LOT I is 253,600 man-hours of direct labor. The solicitation will contain the applicable statement of work, specifications, and staffing prerequisites. The solicitation will require the submission of technical and cost proposals and the Government will conduct a best value analysis. The technical proposal factors are past performance, personnel resources, technical approach, corporate past experience, and extent of participation of small and small disadvantaged business firms, women-owned small businesses, and historically black colleges or universities and minority institutions in performance of the contract. Respondents will submit specified key personnel resumes as identified in the solicitation. The evaluation of proposals will consider the offeror's technical proposal more important than the offeror's cost proposal. Costs will be assessed on the basis of cost realism. The Government intends to issue the award to the eligible, responsible offeror whose proposal, conforming to the solicitation, is determined to represent the best value to the Government after evaluation in accordance with the factors in the solicitation. The Government contemplates award of a cost-plus-fixed-fee indefinite delivery- requirements/firm fixed price hybrid instrument with task orders to be placed under the contract for specific delivery of services. Any task order placed under the resultant contract may be subject to incremental funding provisions. It is projected that the firm fixed price contract line items, which consist of four (4) analytical work products, comprise a combined estimated quantity of 2,000 each during each program year. Interested sources are advised that the acquisition may be subject to organizational conflict of interest provisions. If the offeror's proposal is determined unacceptable in any of the technical evaluation factors and/or subfactors, the proposal may not be considered for award. The Government reserves the right to award the contract to other than the lowest priced offeror. All responsible sources may submit a proposal that shall be considered by the Fleet and Industrial Supply Center (Norfolk) Detachment Philadelphia, 700 Robbins Avenue, Bldg. 2B, Philadelphia, PA 19111-5083. All responses should be directed to the attention of FISC NORVA DETPHILA Code 02P1A. The Government will not pay for information received. E-mail account is thomas.kaczmarek@navy.mil.
 
Place of Performance
Address: As Per Schedule
 
Record
SN00450619-W 20031011/031009213323 (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.