Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2007 FBO #1976
MODIFICATION

M -- Base Operating Support (BOS) Services, Republic of the Philippines

Notice Date
4/23/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62742-07-R-1115
 
Response Due
8/7/2007
 
Point of Contact
Jill Nii, Contracting Officer, Phone (808) 474-2038, Fax (808) 471-5881, - Susan Silva-Quizon, Contract Specialist, Phone (808) 474-4708, Fax (808) 471-5881,
 
E-Mail Address
PBOS@navy.mil, PBOS@navy.mil
 
Description
This procurement is for Philippines Operations Support (POS) for the Joint Special Operations Task Force-Philippines (JSOTF-P) operations within the designated Joint Operation Area (JOA) and Manila in the Republic of the Philippines. Future work may include support within Southeast Asia. The solicitation will be issued on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 561210 and the applicable size standard is $32.5 million. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated BOS services to be performed include, but are not limited to, Management and Administration, Command and Staff, Public Safety, Air Operations, Port Operations, Supply, Morale, Welfare and Recreation Support, Galley, Facility Support, Utilities, Base Support Vehicles and Equipment, and Environmental. The contract period of performance is anticipated to consist of a twelve-month base period (to include a two-month mobilization/phase-in period) and four (4) 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 anticipated technical evaluation factors are as follows: (1) Technical Approach/Methods; (2) Corporate Experience; and (3) Past Performance. The Government intends to 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 also reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The issuance date for the RFP is on or about 15 days from the date of this notice. Proposals received from all responsible sources shall be considered. The RFP will be issued via the Internet at the NAVFAC E-Solicitations (E-Sol) website, 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 solicitation 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 Offeror's responsibility to check the website daily for any amendments and other information pertaining to this solicitation. The Acrobat Reader, required to view the PDF files, can be downloaded 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: PBOS@navy.mil or via facsimile transmission to (808) 471-5881. It is preferred that questions be e-mailed vice facsimiled. In the e-mail or facsimile, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Offerors are required to register in the Central Contractor Registration (CCR) database prior to award of a contract. Be advised, failure to register in the CCR makes an offeror ineligible for award of DoD contracts. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. Registration in the CCR database can be accomplished at the website http://www.ccr.gov. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible. A one-time pre-proposal conference and site visit is scheduled for 18 to 21 June 2007 in the Republic of the Philippines. The pre-proposal conference is scheduled for 18 June 2007 in Makati City, Manila, Philippines. The exact location of the conference will be provided at a later date. There is no limit on the number of attendees at the pre-proposal conference. One-day site visits to Zamboanga will follow from 19 to 21 June 2007. A maximum of thirty (30) attendees (A maximum of 10 attendees per day) will be allowed to participate in the site visit. Registration for the site visit will be on a first-come, first-serve basis. Requests received after the 30 slots have been filled will be put on a wait list and will fill any cancellations in the order that they are received. Due to the unique logistical constraints, only one attendee from each firm will be allowed to attend the site visit. Attendees for the site visit are responsible for making their own travel arrangements to arrive at the Zamboanga International Airport on the date they are scheduled for the one day tour. Site visit attendees will be e-mailed their scheduled site visit date no later than 18 May 2007. The Government representatives will meet the site visit attendees at the Zamboanga airport and provide Ground Transportation for the site visit. Attendees will be returned to the Zamboanga airport at the end of the site visit. Each site-visit/conference request must include the following information: full name, name of firm representing, position/title, telephone number and e-mail address. Request needs to note if the representative will be attending the pre-proposal conference, site visit or both. All requests should be sent via e-mail to PBOS@navy.mil by 4:00 p.m. Hawaii Standard Time (HST), 11 May 2007. Failure to submit all required information by 11 May 2007, 4:00 p.m. HST will preclude a firm's eligibility to participate in the site visit and pre-proposal conference. All costs for travel and accommodations will be at the attendee?s expense. Additional information will be provided to the registered conference/site visit attendees.
 
Record
SN01279538-W 20070425/070424014826 (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.