Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,2000 PSA#2672

EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018

Z -- OPERATION, MAINTENANCE AND REPAIR OF FACILITIES INCLUDING FAMILY HOUSING SOL N62477-00-R-0111 POC Charles Plis @ (202) 685-8201 WEB: Click here to go to the navfac website to download, http://esol.navfac.navy.mil. E-MAIL: Click here to contact the contracting officer via, plisce@efaches.navfac.navy.mil. The purpose of this solicitation is to conduct a Commercial Activities Study, using the OMB Circular A-76 Cost Comparison Process, for the Operation, Maintenance and Repair of Buildings and Structures including Family Housing, Naval Surface Warfare Center, Dahlgren, Virginia. The general intention of this solicitation is to obtain all labor, supervision, technical services, tools, materials, equipment, transportation, incidental engineering, management and supplies necessary to obtain services for the maintenance and repair of buildings and structures including family housing; operation, maintenance and repair of heating plants and systems inclusive of those above and below 750,000 BTU capacity; operation, maintenance and repair of air conditioning and refrigeration plants and systems inclusive of those above and below five (5) ton capacity; material purchasing, warehousing and other support of the functions listed above; tool room operations required in support of the above functions inclusive of required support of the family housing self-help program, other Public Works Department and Dahlgren Division operations not covered by this solicitation and Dahlgren Contingency Operations at the Naval Sea Systems Command, Dahlgren Division, Naval Surface Warfare Center (NSWCDD) and tenant activities, including non-appropriated fund activities. This will be a source selection procurement for a combination firm fixed-price and indefinite quantity contract. Upon selection of the best value contractor, the Source Selection Authority will compare the contractor to the Government. Should the contractor be determined to offer the most advantageous means of executing the function, the resulting contract will include a base performance period of twelve months with performance options not to exceed 24 months. Award will be based on the basis of Best Value to the Government considering the price, past performance and non-priced evaluation factors stated in the solicitation. Non-priced factors include the following Technical/Management Factors: Factor 1-Relevant Experience; Factor 2-Project Staffing; Factor 3-Corporate Management Support; Factor 4 -Subcontracting with Small Business, Women-Owned Business and Small Disadvantaged Business; Factor 5-Contingency Operations; Factor 6-Customer Service. The Standard Industry Code is 7349. This procurement is being issued as Unrestricted. In accordance with FAR 5.102 (a) (7) availability of the solicitation will be limited to the electronic medium; solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and plan room holders must register as plan holders on the website in order to receive a copy of the solicitation. The official plan holder's list will be maintained on and can be printed from the website. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, plan room, etc.), email address and type of business (large, small, small disadvantaged, woman owned, etc.). Notification of any amendments to the solicitation will only be made on the Website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments made to this solicitation. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. For contractors who need assistance in doing business electronically a website has been developed. The address is www.acq.osd.mil/ec/. To locate a Resource Center for your assistance just click on "Assistance Centers". All contractual and technical inquiries shall be submitted via electronic mail to: Plisce@efaches.navfac.navy.mil The response time required by FAR 5.203 shall begin on the date of the issuance of the solicitation on the website. NOTE: A pre-proposal conference and site visit will be held and the date, time and location will be provided within the solicitation. The solicitation will be available on or about 13 Sept 2000. NOTE: The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) database. Award will not be made until this requirement is met. Offerors not already registered in the CCR are highly encouraged to do so by calling 1-888-227-2423, or via the Internet at http://ccr.dlsc.dla.mil. Posted 08/23/00 (W-SN489134). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0136 20000825\Z-0005.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on August 23, 2000 by Loren Data Corp. -- info@ld.com