MODIFICATION
X -- PROVIDE LEASED RELOCATABLE (LR 135), FOR 4.0 COMPETENCY, NAVAL AIR STATION, PATUXENT RIVER, MD. 20670
- Notice Date
- 4/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- N40080 NAVFAC WASHINGTON, NAS PATUXENT RIVER/FEAD 22445 Peary Road Bldg 504 Patuxent River, MD
- ZIP Code
- 00000
- Solicitation Number
- N4008010R3013
- Response Due
- 4/8/2010
- Archive Date
- 4/23/2010
- Point of Contact
- Donna Knott 301-757-4767
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a 100% Small Business 8(a) Set-Aside Procurement. The NAICS Code for this solicitation is 531190. This contract will be for a Base + Four (4) Options. This includes delivery, set-up and lease. The Contractor shall have an office located within a 50-mile radius of NAS, Patuxent River, Maryland. This project is for a Leased Relocatable contract to construct one new two-story relocatable facility, and the removal of the facility upon completion of the contract term. The facility shall be 46,368 square feet which excludes the thickness of the exterior walls. The maintenance of this relocatable facility shall be provided by the Contractor in the form of service calls and monthly inspections. The relocatable facility shall be located at relocatable site near Building 2109 at the Naval Air Station, Patuxent River, Maryland with dimensions of 184 ft by 126 ft. The facility shall be complete with lighting (interior & exterior), HVAC, utilities [sewer, water (domestic and sprinkler), electrical, telecommunications (fiber/copper) for Data/Voice & Video)], electric power distribution panels, telephone wiring and hookups, communications, fire alarms, wet pipe sprinkler system and emergency lighting. The unit shall be complete, set-up in place and ready for occupancy on site approximately January 2011. This procurement will be conducted in one phase. The technical evaluation factors are: Factor 1 - Relevant Experience (Modular Designed/Manufacturer Team); Factor 2 - Safety Performance History; Factor 3 - Solicitation Compliance and Factor 4 - Past Performance The technical evaluation factors when combined are approximately equal to price. The relative order of importance of the technical evaluation factors, Factors 1 through 4, are equal in importance to each other. The Government reserves the right to reject any or all proposals any time prior to award to negotiate with any or all Offerors and to award to the Offeror submitting the proposal determined by the Government to be the most advantageous. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS. Therefore, proposals should be submitted initially on the most favorable terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals prior to award. This acquisition will result in a firm fixed price contract acquired through FAR Part 15 using Best Value, Trade-off selection procedures. This solicitation will be issued as N40080-10-R-3013. The solicitation for this procurement will be issued on 8 April 2010. The date/time for receipt of proposal will be 7 May 2010, 2:00 PM (EDT). This solicitation will be available in electronic format only. All documents will be Adobe Acrobat PDF file format. The address is: https://neco.navy.mil/. Inquiries shall be emailed to Donna Knott, donna.knott@navy.mil, (301) 757-4767 or Karen Williams, karen.l.williams1@navy.mil, (301) 757-4937.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40080PAX/N4008010R3013/listing.html)
- Record
- SN02115942-W 20100409/100407235855-de97b2dd3c52b6f177b64bb9f904166b (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 |