Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2008 FBO #2333
SOLICITATION NOTICE

Z -- 8(a) Basic Ordering Agreement

Notice Date
4/14/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC New Jersey - Lakehurst, N40085 NAVFAC MID-ATLANTIC, ROICC NEW JERSEY - LAKEHURST NAES Building 5 Lake Hurst, NJ
 
ZIP Code
00000
 
Solicitation Number
N4008508R8033
 
Response Due
5/30/2008
 
Point of Contact
PatriciaCunningham,, Phone: 732.323.5268
 
E-Mail Address
patricia.cunningham@navy.mil
 
Description
The Naval Facilities Engineering Command (NAVFAC), MidAtlantic, Public Works Division Earle, Facilities Engineering and Acquisition Division (FEAD) NJ is seeking qualified 8(a) firms to develop a pool of firms for an 8(a) Basic Ordering Agreement (BOA). This solicitation is restricted to 8(a) firms having Small Business Administration (SBA) approved bona fide offices within the geographical bounderies of one of the following SBA District Offices: Philadelphia, New Jersey or New York. A BOA is not a contract but rather a written instrument of understanding, negotiated between the PWD Earle (FEAD) and an 8(a) contractor that contains (1) the terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing and delivering future orders under the BOA. Use of the BOA will allow the Navy to expedite contracting for construction and repairs at various locations in New Jersey and New York. The types of work being considered for procurement under this BOA includes new construction, renovations, alterations, repairs, minor construction and maintenance work and demolition projects (NAICS Codes beginning with 236, 237 and 238). In order to be eligible an 8(a) firm must be considered a small business pursuant to the applicable NAICS Code. The small business size standard for NAICS Sector 236 is $31.0 million, NAICS Sector 237 is $31.0 million (except Dredging) and NAICS Sector 238 is $13.0 million. The majority of task orders under this BOA are expected to be in the $25,000 to $1,000,000 range however individual task orders as large as $3,500,000 are possible. The Navy may place design-build projects under this BOA. There is no guaranteed minimum dollar amount or volume of work that will be ordered under this agreement nor is there any assurance of a steady stream of work. Nothing in this BOA is intended to state or imply any agreement by the Navy to place future contracts or orders with the Contractor or to require that the Navy solicit and acquire covered services from the Contractor only. Under this BOA, firms will compete on task orders for construction and construction related requirements. BOA holders serviced by the SBA District where the work is to be performed will be provided first opportunity to provide bids on the work. However, if sufficient competition does not exist, the area of consideration may be expanded with SBA concurrence. Each task order issued under this BOA shall constitute a separate contract. The BOA will remain in effect for a base one year period plus three option years. The Contracting Officer may open the BOA program for new applicants once a year, or more often, if deemed necessary. To qualify for receipt of a BOA, each firm shall be required to meet the following administrative and technical criteria. The administrative criteria are: (1) SBA 8(a) certification and a bona fide place of business in one of the above listed SBA Districts, (2) be registered in the DOD Central Contractor Registration (CCR) database at http://www.ccr.gov/, (3) provide a letter from their Surety verifying their ability to bond and current aggregate bonding and single project limit, (4) be listed in SBA's Dynamic Small Business Search at http://dsbs.sba.gov/dsbs/dsp_dsbs.cfm, and (5) complete and sign DOD Representations and Certifications. The technical criteria are: Each firm shall demonstrate the ability to successfully meet construction needs with timely delivery of services at reasonable prices. Offerors shall provide: (1) references on completed projects (maximum of three) and (2) qualifications including resumes for key personnel. The evaluation of an offerors technical capability will be a subjective assessment based on review of the documentation submitted by the offeror. The Governments evaluation of the quality and success of the offerors past performance will be used to assess the overall probability of successful performance under the BOA. Firms that meet all of the administrative and technical requirements will be issued a BOA. Firms wishing to be considered for receipt of a BOA must respond to solicitation number N40085-08-R-8033 that must be downloaded from the Navy internet web site (NECO) located at www.neco.navy.mil. Downloading from this internet site is free of charge. The solicitation file will not be provided in a paper format or CD ROM. The solicitation package will be posted to NECO for downloading on or about 30 April 2008 under solicitation number N40085-08-R-8033. All interested 8(a) firms should register on NECO and create an account. Once registered, when the solicitation package becomes available, you will receive an email informing you that the package is available for downloading. Notification of any changes to this solicitation (amendments) and all future task orders placed under the resultant BOA shall be made only on the NECO internet web site. Only submissions received in accordance with the solicitation requirements will be considered. Oral presentations will not be considered. Point of contact is Patricia Cunningham at patricia.cunningham@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=741b585b0804c0fb71564b3567c7f3dc&tab=core&_cview=1)
 
Record
SN01553629-W 20080416/080414220406-741b585b0804c0fb71564b3567c7f3dc (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.