|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295Engineering Field Activity, Chesapeake, Naval Facilities Engineering
Command, 901 M Street, SE, Building 212, Washington Navy Yard,
Washington, DC 20374-5018 J -- FACILITIES, UTILITIES, GROUNDS, AND CUSTODIAL MAINTENANCE
SERVICES FOR THE NAVAL MARITIME INTELLIGENCE CENTER (NMIC), SUITLAND,
MARYLAND SOL N62477-95-D-0017 DUE 041895 POC Alyson Harbage,
Contracting Officer - (202) 685-3222 SOLICITATION NOTICE. It is the
intention of this solicitation to obtain various services including,
but not limited to, operation, maintenance, service, repair, minor
construction/alteration, custodial, grounds maintenance, locksmith,
hazardous waste spill containment and pest control services for the
National Maritime Intelligence Center (NMIC), Suitland, Maryland,
Pentagon, Washington, DC and two warehouses within the local commuting
area by a combination Firm Fixed Price and Indefinite Quantity
Contract. NMIC is a high security facility and all employees are
required to meet investigative requirements for access to Special
Compartmented Information (SCI). The facility is 602,000 sf with four
floors and a penthouse. The grounds area is approximately 48 acres with
a perimeter fence, 2 guard houses, parking deck and roads. The base
performance period is 12 months with options to extend not to exceed 60
months including the base period. Estimated cost for the entire project
exceeds $10 million. This contract will be acquired through the use of
formal source selection procedures. Evaluation will be based on price,
past performance and technical proposals addressing relavant
experience, method of operation/technical approach, staffing and
financial condition and capability. Performance and payment bonds will
be required under this contract. Proposals are due by the date and
time stated in the RFP to the Plans and Specifications Office on the
first floor of Building 212 at the Washington Navy Yard. Requests for
the solicitation should be submitted in writing to the above address or
requested by telefax to 202-433-0939 or 202-433-6900. This procurement
is UNRESTRICTED and all responsible sources may submit a proposal
which shall be considered. The following information previously
announced is hereby changed as follows: The Small Business Size
Standard (SIC) Code is 1799 at $7 million, in average annual receipts
for the previous 3 years. The RFP will be issued on 17 March 1995.
Proposals are due 18 April 1995. A preproposal conference and site
visit will be held on 30 March 1995. (0060) Loren Data Corp. http://www.ld.com (SYN# 0069 19950302\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|