Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOURCES SOUGHT

J -- BOILER INSPECTIONS AND CERTIFICATIONS IN NAVFAC SOUTHEAST AREA OF RESPONSIBILITY, SPECIFICALLY TX, LA, MS, AL, GA, FL, AND SC

Notice Date
11/20/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support 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
N69450-08-R-0755
 
Response Due
12/10/2007
 
Point of Contact
Melissa (Lisa) Connell, Contract Specialist, Phone 843-820-5636, Fax 843-820-5848, - Rhonda Earney, Contract Specialist/Contracting Officer, Phone 843-820-5618, Fax 843-820-5853
 
E-Mail Address
lisa.connell@navy.mil, rhonda.earney@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 N69450-08-R-0755. The Naval Facilities Engineering Command, Southeast, is currently seeking potential sources for an Indefinite Delivery / Indefinite Quantity (IDIQ) type contract with a base period of twelve months and four (4) one-year option periods. The NAICS Code for this solicitation is 561210, Facilities Support Services. The Small Business Size Standard is $32,500,000.00. The intention of this solicitation is to obtain boiler inspections and certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. There are approximately 300 boilers and 1000 UPVs. Boiler and Pressure Vessel Inspection at Navy Shore Based Facilities shall be conducted only by NAVFAC Authorized Boiler Inspectors or Inspectors that possess a currently active National Board of Boiler and Pressure Vessel Commission that is held by an Authorized Inspection Agency. Documentation must be presented. Documentation will also be presented to the National Board to determine that said Documentation is current. All inspections will be per the National Board Inspection Code and the Unified Facilities Criteria 3-430-07 (UFC) with the UFC being the final determination of conflicts arise. Frequency of inspection shall be per UFC tables 3-1, 3-2, 3-3, and 3-4. Inspection agencies must provide evidence of prior inspection activities on boilers and pressure vessels comparable to those that shall be listed in the contract. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in the Performance Work Statement (PWS) at various locations, Indefinite Delivery / Indefinite Quantity (IDIQ). Services are for labor, management, supervision, materials, supplies, tools and vehicles to perform obtain boiler inspections and certifications in NAVFAC Southeast Area of Responsibility, specifically TX, LA, MS, AL, GA, FL, and SC. Source selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. Anticipate the solicitation will be released on or about 1 Feb 2008. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. The official plan holders list will be maintained on, and can be printed from the internet site: http://esol.navfac.navy.mil. All prospective offerors must register as plan holders on the internet website for this solicitation. Each company must indicate if it is a prime contractor or subcontractor. The solicitation will be available for download free-of-charge via the Internet World Wide Web at: http://esol.navfac.navy.mil. The Government anticipates utilizing a five (5) year period of performance for the follow-on contract with a base and four (4) option periods of 12 months. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via Internet at: http://ccr.dlsc.dla.mil. All contractual and technical inquires shall be submitted via electronic mail to lisa.connell@navy.mil. Source Selection procedures will be utilized in conducting this competitive negotiation, which consists of the submission of price and technical proposals. The Contractor shall provide all labor, transportation, materials, and equipment to accomplish the requirements of task orders issued by the Contracting Officer.
 
Record
SN01456041-W 20071122/071120224217 (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.