Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2000 PSA #2740
SOLICITATIONS

M -- BASE MAINTENANCE SERVICES, NAVY PUBLIC WORKS CENTER, NORFOLK, VIRGINIA AND OTHER AREAS

Notice Date
December 1, 2000
Contracting Office
Department of the Navy, Atlantic Division, Naval Facilities Engineering Command, Code: AQ14, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
ZIP Code
23511-2699
Solicitation Number
N62470-99-R-4693
Point of Contact
Contracts Specialist, Patty Divito, (757) 322-4138
E-Mail Address
click here to contact Contracts Specialist, Patty (divitopj@efdlant.navfac.navy.mil)
Description
This modification is issued to correct the total duration of contract not to exceed -- from " thirty-six" months to "sixty" months, and delay issuance of the solicitation until further notice. As a result of this change, the Preprosal Conference/Site Visit will also be delayed. The following is reissued for new potential sources: The Atlantic Division, Naval Facilities Engineering Command, Norfolk Contracts Office intends to obtain (if considered more economical) Maintenance, Repair and Minor Construction Services for Facilities and Equipment located at military activities within the entire Southeastern Virginia-Northeastern North Carolina "Tidewater" region served by Navy Public Works Center, Norfolk, Virginia including, but not limited to the areas of Camp Peary; Fleet and Industrial Supply Center (FISC) Cheatham Annex, Williamsburg; Naval Weapons Station (NWS), Yorktown; Naval Station, Norfolk; Craney Island Fuel Depot; Naval Amphibious Base, Little Creek; Fort Story; Naval Air Station (NAS), Oceana and its annexes; Naval Medical Center, Portsmouth; and Norfolk Naval Shipyard (NNSY), Portsmouth. The Contractor shall provide all labor, supervision, tools, materials, equipment, incidental engineering, and management necessary to provide maintenance, repairs and minor construction for buildings, structures, and equipment per the contract requirements. Work includes, but is not limited to, performance of service calls; preventive maintenance (PM) and repair of heating, ventilation and air conditioning (HVAC) systems, miscellaneous buildings and structures equipment, vertical transportation equipment (VTE), and fire protection systems; interior and exterior maintenance, repair, and minor construction of buildings and structures; overhaul, maintenance and repair of waterfront structures, service craft and equipment; configuration, fabrication and repair of portable expeditionary military shelters and ancillary equipment; and other work as specified herein. This procurement is the result of a Commercial Activities (OMB Circular A-76) Study for which 744 positions have been announced. The proposed acquisition will be subject to Government in-house cost comparison to determine the economic feasibility of accomplishing services in-house or by contract in accordance with OMB circular A-76. Any resultant contract will be a Combination Firm Fixed Price/Indefinite Quantity Type Contract for a base period of one year with four one year options to extend, total duration not to exceed sixty (60) months. The proposed solicitation will be unrestricted. The Standard Industrial Code for this requirement will be 8744. Availability of the solicitation will be limited to the electronic medium (see FAR 5.102(a)(7)); the 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 holders should register as planholders 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, suppliers, plan holders, 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 the solicitation. Specifications will be available for viewing and downloading (to be determined at a later date) at our website http://esol.navfac.navy.mil. The free Adobe Acrobat Reader required to view PDF files can be downloaded from the Adobe website. A Preproposal Conference/Site Visit will be scheduled once the solicitation issuance date is reestablished; however, you may register for the conference at the website. All responsible sources may submit an offer which will be considered. In accordance with the provisions of DFARS 252.2004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the database on the part of an offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com EMAILADD: divitopj@efdlant.navfac.navy.mil EMAIL DESC: divitopj
Record
Loren Data Corp. 20001205/MSOL001.HTM (W-336 SN5078A1)

M - Operation of Government-Owned Facilities Index  |  Issue Index |
Created on December 1, 2000 by Loren Data Corp. -- info@ld.com