Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
MODIFICATION

Z -- Medical/Dental Facilities, MACC

Notice Date
4/29/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-01-R-0050
 
Response Due
6/28/2002
 
Point of Contact
Patty Hemingway, Contract Specialist, Phone (610)595-0829, Fax (610)595-0671,
 
E-Mail Address
hemingwaypw@efane.navfac.navy.mil
 
Description
This is a Pre-Solicitation Notice. In accordance with FAR 5.102(d), the availability of the solicitation will be issued electronically only. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (www.esol.navfac.navy.mil). Hard copies (paper sets) of the solicitation will not be provided by the Government. Notification of any change to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site daily for any posted changes to this solicitation. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns?. The North American Industry Classification System, NAICS, Code of 233320, and the small business size standard is $27.5 million are applicable to this contract. This solicitation will result in award of Medical/Dental Multiple Award Construction Contracts (MACC). The MACC will include up to four (4) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The work contemplated under this procurement shall include maintenance, repair, alteration, and construction (which may include design/build services) for medical and dental facilities and related systems and equipment. Projects may include asbestos removal and demolition. The work will be concentrated at, but not limited to EFA-Northeast, Naval Facilities Engineering Command's area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well the Caribbean. Work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Also, work could be added in the area of responsibility of Southern Division, Naval Facilities Engineering Command in the state of Florida. Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a Best Value evaluation with price and technical evaluation factors being approximately equal in importance. Source Selection procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1) Relevant Past Performance, 2) Management Plan, 3) Specialized Technical Experience, Expertise and Qualifications, 4) Commitment to Small Business Concerns, and 5) Safety Record. The offeror will be required to provide information regarding their construction phasing plan and their construction team. The Request for Proposal package will be available 29 April 2002 and the estimated receipt of proposals date is 4:00 P.M., EST, 28 June 2002 at EFA Northeast Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. A pre-proposal conference/site visit is planned at the Naval Submarine Base New London, Groton, CT at a date to be announced. Participation in the pre-proposal conference/site visit, including those for future task orders, will be the responsibility of the offerors and are not reimbursable by the Government. The maximum value of this contract will be $100.0 million over the 5 years of contract performance. A bid guarantee will be required for every project soliciton may be obtained by accessing our website at www.ccrdlsc.dla.mil or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their proposal. For technical questions concerning this solicitation, please call Mrs. Patricia Hemingway at 610-595-0829; faxed her at (610) 595-0671; or email her at hemingwaypw@efane.navfac.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 27-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62472/N62472-01-R-0050/listing.html)
 
Place of Performance
Address: SEE ABOVE DESCRIPTION OF WORK.
 
Record
SN00151599-F 20020829/020827221124 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.