Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2019 SAM #6578
SOLICITATION NOTICE

J -- Civil Engineering Support Equipment (CESE) Maintenance and Repair Services

Notice Date
12/1/2019 10:32:11 PM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540 USA
 
ZIP Code
96540
 
Solicitation Number
N40192-20-R-9002
 
Response Due
1/15/2020 9:00:00 PM
 
Archive Date
01/31/2020
 
Point of Contact
Lee Rosario, Phone: 671-339-5122, Norma A Borja, Phone: 671-333-2272
 
E-Mail Address
lee-michael.rosario@fe.navy.mil, norma.borja@fe.navy.mil
(lee-michael.rosario@fe.navy.mil, norma.borja@fe.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to serve as a PRE-SOLICITATION SYNOPSIS ONLY. The Solicitation will be issued under N40192-20-R-9002 and is expected to be available on or around 20 December 2019 at https://www.beta.SAM.gov. The estimated proposal due date shall be at least 30 days after the Request for Proposal (RFP) is posted.This is a competitive procurement for a Total Small Business Set-Aside for a Single-Award, Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract under NAICS 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.The proposed contract is a performance-based acquisition for the contractor to provide Civil Engineering Support Equipment (CESE) Maintenance and Repair Services for Navy Expeditionary Combat Command (NECC). The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Equipment Maintenance to the Navy Expeditionary Combat Force, Naval Base Guam.This acquisition will be solicited as a competitive Total Small Business Set-Aside for a Single-Award procurement. The Government will only accept offers from qualified Small Businesses.The contract period of performance will be a maximum of 36 months (Base Period and two (2) Option Periods of twelve (12) months each). Base period is expected to commence on 01 May 2020.The North American Industry Classification System (NAICS) Code for this acquisition is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a corresponding small business size standard of $8 million.This is a best value offer using the lowest price technically acceptable (LPTA) source selection procurement requiring both non-price and price proposals. Award of a contract shall be made to the responsible Offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. Evaluation factors will be set forth in the solicitation. The Government intends to award a contract without conducting discussions; therefore, the Offeror’s initial proposal shall contain its best terms from a price and non-cost/price standpoint. The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government.Pre-proposal conference will be held at Bldg.103A, second Floor Conference Room, Naval Base Guam. Pre-Proposal Conference and Site Visit - Friday, December 20, 2019. If you’re interested in attending, please email lee-michael.rosario@fe.navy.mil and norma.borja@fe.navy.mil no later than 3:00 pm, Wednesday, 11 December 2019 (Chamorro Standard Time, CST). THERE IS A MAXIMUM OF THREE (3) INDIVIDUALS PER COMPANY. The RFP will be posted on the official U.S. government website, https://www.beta.SAM.gov and can be downloaded free of charge. The RFP is available in electronic format only. Amendments and Notices will be posted on Federal Business Opportunities for downloading. This will be the normal method of distributing amendments, therefore, it is the OFFEROR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION.The Acrobat Reader, required to view the PDF files, can be downloaded free of charge form the Adobe website. Paper copies of the solicitation, amendments, and applicable documents will not be provided. All technical/contractual questions must be submitted in writing to: Norma Borja at norma.borja@fe.navy.mil and Lee Rosario at lee-michael.rosario@fe.navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification, as applicable. To be eligible for contract award, offerors must be registered in the DoD System for Award Management (SAM). Register via the SAM website http://www.beta.sam.gov. All prospective offerors interested in submitting a proposal must have a valid Government Entity (CAGE) code. IMPORTANT NOTICE: Offerors are required to register in the System for Award Management (SAM) database via the website https://www.beta.sam.gov and have a registered DUNS number prior to award. Reference is made to DFARS Clause 252.204-7007, Alternate A, System for Award Management. Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an Offeror ineligible for award of DoD contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2e5b39afee85478bbe272469658cb257/view)
 
Place of Performance
Address: 61850, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN05505906-F 20191203/191204045025 (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.