Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
MODIFICATION

M -- Facilities Maintenance, Operation and Repair, PRC, Honolulu, HI

Notice Date
7/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB1330-12-RP-0023
 
Archive Date
12/28/2011
 
Point of Contact
LINDA M GRUBER, Phone: 206-526-6386, Stephanie M Garnett, Phone: 206-526-6384
 
E-Mail Address
LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov
(LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Pacific Regional Center (PRC), has a requirement for facilities maintenance, operation, and repair services for the PRC, Honolulu, HI. The facility has six major buildings ranging from offices to storage to laboratories. The total square footage of the buildings is approximately 360,000. The site is located on approximately 27 acres located on Ford Island, encompassing roadways, parking areas, open spaces, underground utilities, information technology and communications infrastructure, piers and boat ramps, and buildings. The requirement is to provide complete facilities maintenance services for inspection, operations and preventive maintenance, all necessary repairs and renewal parts, and call back service for all building equipment and systems to include heating, ventilation and air condition (HVAC), electrical, architectural, plumbing, fire protection, and control components and related systems of the PRC. One critical facility contains backup emergency power generator capability for life safety and critical equipment, and must be capable of providing availability of all life safety and critical equipment at all times. Contractor shall provide all personnel, some equipment, all tools, materials, supervision, transportation and services necessary to perform these services. Government will provide some equipment for contractor use in performing services. The estimated period of performance is September 1, 2012 through August 31, 2013, with four option years, September 1, 2013 - August 31, 2017. The proposed contract is 100% set-aside for small business. The NAICS code for this procurement is 561210 and the size standard is $35.5 million. Any vendor desiring to be considered for award must be registered in CCR and ORCA using this NAICS code. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about June 1, 2012, at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential proposer is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fbo.gov/. The estimated response due date is 07/09/2012; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Linda Gruber at Linda.M.Gruber@noaa.gov or via fax at (206)527-0209. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-12-13 11:47:55">Dec 13, 2011 11:47 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-07-19 18:53:05">Jul 19, 2012 6:53 pm Track Changes Note: This is a new requirement, no incumbent contractor is currently performing these services. Note: The scope of this requirement is changing significantly to add additional facilities in 2013 to the basic scope of work. Please note new performance periods and solicitation issue date in description above. NOTE: PROPOSAL DUE DATE IS UPDATED TO 07/09/2012, AS STATED IN RFP. Amendment 0001 is issued: Date to provide information for site visit is extended to JUNE 18th, 2012. See attached pages and RFP for details. NOTE: PROPOSAL DUE DATE IS UPDATED TO NO SOONER THAN AUGUST 08, 2012. AMENDMENT IS FORTHCOMING TO CONFIRM DATES AND ANSWER QUESTIONS. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2012-06-28 13:44:59">Jun 28, 2012 1:44 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2012-07-19 18:53:05">Jul 19, 2012 6:53 pm Track Changes NOTE: PROPOSAL DUE DATE IS UPDATED TO NO SOONER THAN AUGUST 08, 2012. AMENDMENT IS FORTHCOMING TO CONFIRM DATES AND ANSWER QUESTIONS.Please submit post-site visit questions no later than July 6, 2012. NOTE: PROPOSAL DUE DATE IS UPDATED TO NO SOONER THAN AUGUST 08, 2012. AMENDMENT IS FORTHCOMING TO CONFIRM DATES AND ANSWER QUESTIONS. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2012-07-09 11:21:05">Jul 09, 2012 11:21 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2012-07-19 18:53:05">Jul 19, 2012 6:53 pm Track Changes PLEASE NOTE THE EXPECTED PROPOSAL DUE DATE IS EXTENDED TO 07/23/2012. AN AMENDMENT WILL BE ISSUED TO ANSWER QUESTIONS SUBMITTED, AND THE FINAL PROPOSAL DUE DATE WILL BE ESTABLISHED AT THAT TIME. NOTE: PROPOSAL DUE DATE IS UPDATED TO NO SOONER THAN AUGUST 08, 2012. AMENDMENT IS FORTHCOMING TO CONFIRM DATES AND ANSWER QUESTIONS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB1330-12-RP-0023/listing.html)
 
Place of Performance
Address: Pacific Regional Center, Ford Island, Honolulu, Hawaii, 96813, United States
Zip Code: 96813
 
Record
SN02808182-W 20120721/120719235532-2b6cebaea4f24043d179aa386c1fef86 (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.