|
COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596Officer In Charge, Navfac Contracts, Bldg #5, Code R74, Naval Air
Engineering Station, Lakehurst, NJ 08733-5011 Z -- MULTI-TRADES SOL N62472-00-R-3257 DUE 071400 POC Francesca
Buzzetta, Contract Negotiator, 732-323-7550 WEB: NAVFAC Electronic
Solicitation Web, http://www.esol.navfac.navy.mil/. E-MAIL: Francesca
Buzzetta, Contract Negotiator/Contracting,
buzzettafm@exchange.efdnorth.navfac.navy.mil. Synopsis: This
procurement is UNRESTRICTED. Provide all labor, material,
transportation, equipment, tools, supervisin and management efforts
nec3essary to determine and perform miscellaneous construciton, repair,
alterations and maintenance work at predetermined unit prices to
include wages, management, spervision, mobilization, material and
equipment costs. Work may be ordered on faciities up to four (4)
stories above ground level. The line items of the contract shall be
considered as appropriate for ordering work in these areas. Work will
also include family housing units. Offerors shall be aware that there
will be no wage adjustments made for the options years. Only one
Davis-Bacon wage determination shall be included in the solicitation,
and this wage determination shall be in effect for the life of the
contract. It is the Government's intention to award one contract with
a performance period of 12 months with two (2) 12 month options, to be
exercised by the Government if found to be in its best interest. FAR
Clause 52-217-8 "Option to Extend Services" and FAC Clause
5252.217-9301 "Option to Extend the Term of the Contract Services" are
included in this acquisition. The contract includes the clause titled
"Evaluation of Options" (FAR 52.217-5)"Except when it is determined in
accoreance with FAR 17.206(b) not to be in the Government's best
interest, the Government will evaluate offers for award purposes by
adding the total price for all options to the total price for the basic
requirement. Evaluation of options will not obligate the Government to
exercise the otions(s)" (End of Provision). The Standard Industrial
Code (SIC) for this project is 1541. The related Small Business Size
Standard is $17.0 million annual receipts for preceding three fiscal
years. A Bid Guarantee in the amount of 20% of the bid amount shall be
submitted with the proposal. Source Selection procedures will be
utilized for this procurement. One contract will be awarded to the
responsible offeror whose proposal, conforming to this Request for
Proposal (RFP) is considered to be the most advantageous to the
Government as a result of Best Value evaluation, price and other
factors considered. Offerors will be required to respond to
technical/management factors including past performance. The ESTIMATED
date that the Request for Proposal package will be available is 30 May
2000 and the estimated receipt of proposals date if 4:30 p.m. on 29
June 2000 at Officer in Charge, NAVFAC Contracts, ROICC Office,
Building 5, Naval Air Engineering Station, Lakehurst, NJ 08733-5011.
Estimated cost range for this project will be: $1,000,000 --
$5,000,000. Participation in the pre-proposal converence or site visits
for future task orders will be the responsibility of the offeror and
are not directly reimbursable by the Government. THIS SOLICITATIO IS
BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN
COMPETITION. Plans and Specifications will NOT be directly provided in
a paper hard copy format or CD ROM. The address for downloading this
solicitation from the Internet is:
http://www.efdnorth.navfac.navy.mil/ebs/asp/advertisedsolicitations.asp
or can be located on the NAVFAC E-Solicitation Web at:
http://www.esol.navfac.navy.mil/ Downloading from the Internet is free
of charge, however, some plans and specifications will take a
considerable amont of time to download. All prospective offerors are
encouraged to register on the Northern Divsion Internet ebs site for
this project when plans and specifications become available. An
official Planholders list will be maintained on-line and can be printed
from the web site. Planholders lists will not be faxed and will only be
available from the web site. Notification of any changes to this
solkicitation (Amendments) shall be made only on the Internet. It is
therefore the contractor's responsibility to check the internet site
listed above daily for any posted changes to the solicitaions plans and
specifications. Per the Debt Collections Improvement Act of 1996, the
Defense Federal Acquisition Regulation Supplement (DFAR) has been
amended to require all contractors to register in the Department of
Defence (DoD) Central Contractor Registration (CCR) Database. Be
advised, failure to register in the CCR makes an offeror ineligible for
award of DoD contracts. Information regarding this registration may be
obtained by accessing our web site at
http:/www.efdnorth.navfac.navy.mil or by referring to DFARS Subpart
204.72. For technical questions concerning this project, please fax to
Francesca Buzzetta at (732) 323-1471. Posted 05/05/00 (W-SN451800).
(0126) Loren Data Corp. http://www.ld.com (SYN# 0094 20000509\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|