Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2007 FBO #1879
SOLICITATION NOTICE

S -- A-76 Competition of Laundry and Dry Cleaning Services

Notice Date
1/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
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-0143A
 
Response Due
2/16/2007
 
Archive Date
3/3/2007
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. COMMENTS OR QUESTIONS IN RESPONSE TO THIS PRE-SOLICITATION NOTICE ARE DUE BY 16 FEBRUARY 2007. THE RFP WILL BE POSTED ON THE NAVFAC E-SOLICITATION (E-SOL) WEBSITE ON OR ABOUT 23 MARCH 2007. This is a Pre-Solicitation Notice for an OMB Circular A-76 (Revised May 2003) Public-Private Competition, using the standard competition process, to provide Laundry and Dry Cleaning Services at Bureau of Marine Corps Recruit Depot (MCRD), Parris Island, SC. The business units include: (1) Laundry and Dry Cleaning Services; (2) Depot Laundry Call Desk; and (3) Equipment and Repair. There are approximately 21 civilian positions affected by this competition. If the cost comparison results in contract performance, the contract performance period will include a phase-in period of four months, one 8-month base period, and four 12-month option periods. A performance-based firm fixed price type contract is anticipated. The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the Lowest Priced, Technically Acceptable (LPTA) offer as defined in FAR 15.101.2 and the OMB Circular A-76 (Revised May 2003). A contract will not be awarded unless the LPTA offer is less than the Government?s proposal, considering 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractor?s share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of (1) ten percent of the personnel costs in the IHCE or (2) $10,000,000 over the performance period. Government personnel adversely affected by conversion of Government-performed services to contract have Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) will be using the Low Price Technically Acceptable Approach Source Selection process for this acquisition. Please refer to Sections L & M of the RFP once issued for details regarding the evaluation criteria and submission requirements. All potential Offerors are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (CCR) (OCT 2003) and DFARS 252.204-7004, ALTERNATE A (NOV 2003), lack of registration in the CCR database will make an Offeror ineligible for award. The North American Industry Classification System (NAICS) Code for this acquisition is 561210. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil. The official plan holders list will be maintained on and can be printed from the website. All prospective Offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering Offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, Offeror type (prime contractor, sub-contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman-owned small business or other). Notification of any changes (amendments to the solicitation will be made only on the Internet. It will be the contractor?s responsibility to check the website for any posted changes. The RFP will be available on the NAVFAC E-SOL website on or about 23 March 2007 with an approximate closing date of 20 June 2007. A pre-proposal conference will be held within approximately 30 days of issuance of the RFP. Additional details regarding the Pre-proposal conference will be provided in the solicitation.
 
Place of Performance
Address: Marine Corps Recruit Depot, Parris Island, SC
Zip Code: 29905
Country: UNITED STATES
 
Record
SN01212258-W 20070118/070116220957 (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.