Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
SOLICITATION NOTICE

Y -- IDIQ Cost Plus Fixed Fee Contract for Industrial Support Services for Hull, Mechanical and Electrical for Land Based Test Suites, NSWCCD-SSES, Machinery Research & Engineering Department, Code 90, Philadelphia, Pennsylvania

Notice Date
11/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU07R0001
 
Response Due
1/23/2007
 
Archive Date
3/24/2007
 
Small Business Set-Aside
N/A
 
Description
The Philadelphia District intends to procure on a competitive unrestricted basis, one (1) Indefinite Delivery Indefinite Quantity Cost Plus Fixed Fee Contract providing for the issuance of task orders to furnish industrial support services to the Nav al Surface Warfare Center, Carderock Division, Philadelphia, Pennsylvania, Ship Systems Engineering Station (NSWCCD-SSES), Machinery Research & Engineering Department (Code 90). Support shall include but not be limited to fabrication, installation, testin g, maintenance, material procurement and removal of shipboard machinery systems and associated components in various test sites and buildings located at NSWCCD-SSES, Philadelphia, Pennsylvania, and when required, the contractor shall also provide construct ion, renovation, and facility maintenance support for buildings and laboratories at NSWCCD-SSES. The duration of the contract will be a one (1) year base period beginning on date of award of the contract with four (4) one year optional periods. Total dur ation of the contract if all options are exercised is 5 years. The minimum guarantee is $50,000.00. The minimum task order amount is $2,500.00 and maximum amount is $2.5M. The cumulative one year ceiling shall not exceed $2.5M per year. Competitive bes t value source selection procedures (FAR 15.101) will be used for this procurement and offerors are required to submit technical and cost proposals. Source Selection Evaluation Factors are: Technical (Factors 1 through 5 are listed in descending order of importance): 1. Corporate Experience, 2. Prime Contractor Experience, 3. Prime Contractor Past Performance, 4. Project Key Personnel, 5. Small Business Utilization, and 6. Cost. All evaluation factors, other than cost, when combined are approximately e qual to cost. Detailed evaluation criteria will be included in the RFP package and bonding will be evaluated as a go/no go factor. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to a ward the contract to other than the lowest price and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal co nforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 238990 and the small business size standard is $13 million. Issue date is on or about December 7, 2006 with proposals due by 2:00 p.m. on or about January 23, 2007. This procurement is unrestricted. The solicitation documents will be available via the Federal Tec hnical Data Solution (FedTeDS) homepage located at https://www.fedteds.gov/ and no paper copies will be provided. All prospective contractors and their subcontractors and suppliers must be registered in FedTeDS before they can download solicitation docum ents/information. FedTeDS registration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telephone Number, E-mail address. You are urged to read the FAQs posted on the FedTeDS website to bette r understand the process. The contractor must monitor FedTeDS for any amendments to this solicitation. The contractor must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS-100 annual rep orting as required by FAR 22.1310(b) prior to award. Instructions will be included in the solicitation package. Davis Bacon rates, bonding and insurance on individual task order is required. Affirmative Action to ensure equal opportunity is applicable t o the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, sel ection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01184303-W 20061122/061120221014 (fbodaily.com)
 
Source
FedBizOpps 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.