SOLICITATION NOTICE
Z -- MAINTENANCE & REPAIRS OF AUTOMATIC/OVERHEAD DOORS, NRL
- Notice Date
- 7/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
- ZIP Code
- 20374-5018
- Solicitation Number
- N62477-02-R-0107
- Response Due
- 8/19/2002
- Archive Date
- 9/3/2002
- Point of Contact
- Cynthia Gary, Contract Specialist, Phone 202-685-3157, Fax 202-685-8236, - Alyson Harbage, Contracting Officer, Phone (202) 685-3222, Fax (202) 433-7077,
- E-Mail Address
-
CYGary@efaches.navfac.navy.mil, harbageal@efaches.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This project is being solicited as a Small Business Set-Aside. The scope of work is to obtain scheduled maintenance and unscheduled repairs to automatic doors and overhead doors. An acquisition will be conducted utilizing competitive negotiation or source selection procedures and will result in award of a firm fixed price contract. Evaluation of proposals will be based on price and the non-priced criteria stated in the solicitation. Responses to the solicitation will be evaluated on the following principal criteria: Price, Technical factors and Past Performance, all being equal in importance. The technical factors of (1) Relevant Experience, (2) Project Staffing are considered equal importance to each other. The solicitation will be issued on 15 July 2002. Proposals will be due on 19 August 2002 at the Washington Navy Yard with the time and location designated in the solicitation. The contract includes a base performance period of 12 months with four-12 month options. A pre-proposal conference and site visit will be held at the Washington Navy Yard on 24 July 2002. Specific information regarding the conference will be included in the solicitation. The estimated cost range is between $500,000 and $1,000,000. In accordance with Federal Acquisition Regulation 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and plan holders must register as Planholders on the website in order to receive a copy of the solicitation. The official planholder?s list will be maintained on and can be printed from the website. The Government will not provide hard copies (paper sets) or CD-ROM of the solicitation. Registering planholders must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, etc.), e-mail address and type of business (large, small, small disadvantaged, women 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 issued to the solicitation. For organizations needing 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, click on ?Assistance Centers?. In addition, you must be registered in the Central Contractor Registration (CCR) prior to receiving any EFA Chesapeake Contract Award. The website is http://www.ccr.disc.dla.mil.
- Place of Performance
- Address: NAVAL RESEARCH LABORATORY (NRL), WASHINGTON, DC 20375
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN00110927-W 20020705/020704052644 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |