Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

J -- WEIGHT HANDLING EQUIPMENT (WHE) MAINTENANCE AND REPAIR AT THE NAVAL UNDERSEA WARFARE CENTER, NEWPORT, RHODE ISLAND

Notice Date
7/20/2011
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008511R7222
 
Point of Contact
Pamela Waller 757-341-1972 LeeArjetta Hamilton
 
Small Business Set-Aside
HUBZone
 
Description
The Officer in Charge requires all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Weight Handling Equipment Maintenance and Repair Services at the Naval Undersea Warfare Center, Newport, Rhode Island, including Gould Island. The work identified in the specifications is to be provided by means of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government. Offerors will be evaluated using the Lowest Price Technically Acceptable Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposal will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the five (5) lowest priced proposals. The Navy will make award to the lowest priced technically acceptable proposal from among the five (5) lowest priced proposals. However, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review under this methodology. Accordingly under this methodology, the technical factors of some proposals may not be evaluated by the Navy. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contract concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify discuss, or revise their proposals. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be most advantageous to the Government, price and other evaluation factors considered. The offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The technical evaluation factors are: (A) Technical Approach/Management, (B) Corporate Experience, (C) Past Performance, and (D) Safety. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under these factors in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The total contract term, including the exercise of any options, shall not exceed 36 months. The proposed procurement will be issued as a NAVFAC Electronic Facilities Support Contract with online ordering capability using DOD EMALL. Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted Software. The North American Industry Classification System (NAICS) is 811310 with a size standard of $7M. The proposed procurement listed herein is 100% set-aside for HubZone contractors. The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commerce Online (NECO) website on or about August 5, 2011. Estimated proposal due date shall be at least 30 days after the RFP is posted. Technical inquiries must be submitted in writing to Pamela Waller (pamela.waller@navy.mil) 15 days prior to the RFP due date. The site address is https://www.neco.navy.mil/. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only register contractors will be notified by email when amendments to the solicitation are issued. HOWEVER, IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7222/listing.html)
 
Place of Performance
Address: 1176 Howell Street
Zip Code: , Newport, RI
 
Record
SN02504181-W 20110722/110721001417-2483c71586be9989aa92149dd429cac0 (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.