Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOLICITATION NOTICE

S -- Global Contingency Service Contract

Notice Date
1/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-06-R-1113
 
Response Due
3/24/2006
 
Description
This solicitation is for a global contingency service contract with incidental construction. The solicitation will be issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 561210 with a size standard of $32.5 million. The Government intends to award a Cost-Plus-Award-Fee, Indefinite-Delivery Indefinite-Quantity contract. The contractor will be responsible for providing all supervision, labor, equipment, material, travel and other items necessary to provide services in response to natural disasters, humanitarian efforts, and other requirements (i.e. due to non-performance by an incumbent contractor or instances where there is an unanticipated lapse in service.) Due to the contingency nature of the services, the contractor will be required to provide any combination of work identified in the Navy Installation Management Accounting Project (IMAP) 2006 Core Business Model to include Command and Staff; Public Safety; Air Operations; Port Operations; Ordnance; Range Operations; Health Care Support; Supply; Personnel Support; Morale, Welfare and Recreation Support; Galley; Housing; Facilities Support; Utilities; Base Support Vehicles and Equipment; and Environmental. Potential customers for this contract extend to other federal agencies outside the Department of Defense when authorized. Project specific clause and requirements such as the Service Contract Act will be incorporated by individual task orders, as necessary. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods. The Government will not issue a synopsis when exercising the option(s). This is a best value source selection procurement requiring both technical and price proposals. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and technical factors considered. The offeror?s Financial/Accounting Management Systems will also be reviewed for compliance and adequacy. The technical evaluation factors are as follows: (A) Corporate Experience; (B) Past Performance; (C) Management and Technical Approach; and (D) Small Business Utilization. The Government may award a contract without conducting discussions; therefore, the Offeror?s initial proposal shall contain its best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The solicitation will be issued on or about 15 days from the date of this notice. Proposals received from all responsible sources shall be considered. The Request for Proposal (RFP) will be issued via the Internet at the NAVFAC E-Solicitation (E-Sol) website at http://www.esol.navfac.navy.mil and can be downloaded free of charge. All prospective offerors must create an account and register themselves for this RFP via the E-Sol website. The official planholders list will be created and maintained from the Internet registration and will be available from the E-Sol website only. Amendments and notices will be posted on the E-Sol website for downloading. This will be the normal method of distributing amendments; therefore, it is the offerors responsibility to check the website daily for any amendments and other information pertaining to this RFP. The RFP is available in electronic format only. The Acrobat Reader, required to view the PDF files, can be download free of charge from the Adobe website. Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: GCSC@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable. Important Notice: Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. A one-time pre-proposal conference is tentatively planned for 22 February 2006 on Oahu and will be restricted to registered planholder firms only. Details of the conference will be provided later.
 
Record
SN00971537-W 20060125/060123212916 (fbodaily.com)
 
Source
FedBizOpps 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.