Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
MODIFICATION

R -- Sources Sought Notice for Non-Technical Services NAVAIRDEPOT performed at Marine Corps Air Station (MCAS) Cherry Point, NC

Notice Date
9/11/2006
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N62467-06-R-0107c
 
Response Due
9/15/2006
 
Archive Date
10/30/2006
 
Point of Contact
Deborah Taylor, Contract Specialist, Phone 843-820-5780, Fax 843-820-5853, - Candice Borden, Contract Specialist, Phone 843-820-5518, Fax 843-820-5848,
 
E-Mail Address
debby.taylor@navy.mil, candice.borden@navy.mil
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-06-R-0107. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) firms-first priority, Service Disabled Veteran Owned Small Business-second priority and HubZone small business firms-third priority, to participate in Public-Private competition using the Standard Competition process, as outlined in the OMB Circular No. A-76, OPNAV Instruction 4860.7D, and FAR Part 15 for Non-Technical Support Services, Naval Air Depot, located at Marine Corps Air Station (MCAS) Cherry Point, NC. The business units include: (1) Mail Services; (2) Directives Services; (3) Travel Services; (4) VTC Services, (5) Technical Library Services, and (6) Office Automation Services with a total of 68 positions. All prospective providers shall demonstrate possession of current ISO 9001 or AS9100 registration from a registrar accredited by the ANSI-ASQ National Accreditation Board for all services covered under the PWS. In the event that the offeror is registered to perform a broad range of services and the certificate does not specify registration for the services (covered under the PWS), a letter from the registrar stating that the offeror is registered for all of the required services shall be provided in addition to the certificate. If an offeror is registered for the services (covered under the PWS) as part of a parent company?s registration and the certificate does not specify this, a letter from the registrar stating the offeror was registered to perform such services as part of the parent company?s registration shall be provided in addition to the certificate. The successful service provider will be selected on the basis of Low Priced, Technically Acceptable (LPTA) evaluation criteria under a negotiated, Source Selection process. The competition will result in either a Letter of Obligation, if awarded to the MEO, or a contract, if awarded to a private firm. A contract, if awarded, will be firm-fixed price. The performance term will include a Phase-In Period (3-months), a Base Period (12 Months) and 4 Option Periods (12 Months each), for a total of 5 years and 3 months in duration. The 2002 NAICS Code for the proposed acquisition is 561110, Office Administrative Services, and the small business size standard is $6.5 Million. The Federal Supply Code is R561, Professional, administrative, and Management Services. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT market survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, or HubZone Small Business contractors or to issue an unrestricted solicitation, inviting full and open competition. The estimated cost of this acquisition is between $24,690,000 and $27,200,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Provide proof of current ISO 9001 or AS9100 registration from a registrar accredited by the ANSI-ASQ National Accreditation Board for all services covered under the PWS. 3. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, or HubZone small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Debby Taylor at debby.taylor@navy.mil or mailed to Southern Division, Naval Facilities Engineering Command, Attn: Debby Taylor, Code COE1DT, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received by this office no later than September 15, 2006 by 3 pm, EST.
 
Place of Performance
Address: Commander, Naval Air Systems Command, A Street, Building TR7, Cherry Point, NC
Zip Code: 28533-0021
Country: UNITED STATES
 
Record
SN01140057-W 20060913/060911221632 (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.