|
COMMERCE BUSINESS DAILY ISSUE OF JULY 10,2000 PSA#2638OIC/OICC, EFA NW Field Office, Puget Sound Naval Shipyard, Code 910C,
1400 Farragut Avenue, Bremerton, WA 98314-5001 Z -- INDEFINITE QUANTITY ROOFING REPAIR AND REPLACEMENT AT THE PUGET
SOUND NAVAL SHIPYARD, BREMERTON NAVAL STATION AND TENANT ACTIVITIES,
BREMERTON, WA SOL N44255-00-B-2031 DUE 081300 POC Janet Gupton,
Contract Specialist (360) 476-8192 WEB: Click here to download a copy
of the IFB, http://esol.navfac.navy.mil. E-MAIL: Click here to contact
the contract specialist via, Guptonjl@efanw.navfac.navy.mil. The
intent of this project is to provide an Indefinite Quantity Roof
Replacement, Repairs and Emergency Repairs at the Puget Sound Naval
Shipyard, Naval Station Bremerton and other tenant activities. The roof
types include, but are not limited to built-up roofs (asphalt
fiberglass felts, asphalt rag felts, modified bitumin composite
(hot-mopped)), single ply roofs, metal roofs, asphalt composition
shingles, glazed cement tile and concrete asbestos board shingles. The
Standard Industrial Classification code is 1761. The related Small
Business Size Standard is $7.0 million. This procurement is
unrestricted. The contract minimum quantity is $100,000. In accordance
with FAR 5.102(a)(7), this solicitation will be limited to
distribution on electrical medium; plans and specifications will be
available for download free of charge via the Internet World Wide Web
at: http://esol.navfac.navy.mil. Hard copies (paper) or CD ROM WILL NOT
be provided by the Government. The official plan holder's list will be
maintained on the web-site and will not be mailed or faxed. All
prospective bidders, subcontractors, suppliers, and plan centers are
encouraged to register as plan holders. Note: This planholder's list
may not include those planholders obtaining the solicitation from other
media distributors. Registering firms and plan centers must provide a
complete company name, complete mailing address, area code and phone
number, offeror type (Prime, Subcontractor, Supplier, Plan Room),
company e-mail address, and business size (Small Business, Small
Disadvantaged Business, Woman-Owned Small Business or Large Business).
Notification of any amendments and/or changes to solicitation will be
made on the internet at http://www.esol.navfac.navy.mil. THEREFORE IT
IS THE BIDDERS RESPONSIBILITY TO CHECK THE WEB-SITE PERIODICALLY FOR
ANY AMENDMENTS OR NOTICES TO THIS SOLICITATION. If a large business
concern, a subcontracting plan shall be submitted in accordance with
FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 1999) ALTERNATE
I(JAN 1999). All responsible sources may submit a bid, if received
timely, shall be considered by the agency. Locations and points of
contact for site visits are indentified in the solicitation. See the
solicitation for proper address for delivery of proposals. For
inquiries contact Janet Gupton, (360) 476-8192. Plans and
specifications will be available on the web-site on or about 21 July
2000. Registration in the "Central Contractor Registration" (CCR) is
required prior to award. Posted 07/06/00 (W-SN472071). (0188) Loren Data Corp. http://www.ld.com (SYN# 0140 20000710\Z-0031.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|