Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2019 SAM #6573
SOLICITATION NOTICE

S -- NOSC ST Services at NOSC Plainville CT, NOSC Bronx NY, NOSC Quincy MA, NOSC White River Junction VT, and Naval Historical Center Detachment Boston, MA

Notice Date
11/26/2019 7:05:23 AM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R2500
 
Response Due
12/30/2019 11:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Dan Courant, Contract Specialist, Phone: 207-438-2976, Jeannette Vincent, Contract Specialist, Phone: 2074384619
 
E-Mail Address
daniel.courant@navy.mil, jeannette.vincent@navy.mil
(daniel.courant@navy.mil, jeannette.vincent@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for facilities and installed equipment and systems at NOSC Plainville, CT; NOSC Bronx, NY; NOSC Quincy, MA; NOSC White River Junction, VT and Naval Historical Center-Detachment Boston, MA. Contractor may be asked to perform services at other facilities under the AOR (area of responsibility) of PWD Maine.The work identified is to be provided by means of a combination Firm Fixed Price and IndefiniteDelivery/Indefinite Quantity type contract. 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 technical evaluation factors considered. Source Selection procedures will be used to select the proposal that is technically acceptable and provides the lowest price to the government, all offerors will be evaluated using the Lowest Price/Technically Acceptable criteria. The offerors 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: (1) Technical Approach/Management, (2) Corporate Experience, (3) Safety, and (4) Past Performance. 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. If determined to be in the best interest of the Government, the Government has the option to extend the term of the contract services for additional periods of twelve months. The total contract term, including the exercise of any options, shall not exceed 60 months.The North American Industry Classification System (NAICS) is 561210 with a size standard of $41.5M. The proposed procurement listed herein is restricted to certified 8(a) companies. The site address is https://beta.sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23190215f39b48ea87f0b9fc443a87b1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05503804-F 20191128/191126231630 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.