Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

Z -- Utilities and Mechanical Systems Operating and Maintenance Services

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NER - Acquisition Philadelphia Office National Park Service U.S. Custom House, 200 Chestnut Street, 3rd Floor Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
N1940080602
 
Archive Date
5/21/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Synopsis: The Department of the Interior, National Park Service (NPS) intends to issue a Request for Proposal (RFP) N1940080602, Utilities and Mechanical Systems Operating and Maintenance Services at Liberty Island and Ellis Island New York, NY by means of Best Value Source Selection Procedures. The intended contract will be a combination Firm-Fixed Price, Indefinite Quantity contract. This project is being solicited as a 100% Total Small Business Set-Aside. The solicitation including specifications, wage rates, and bid schedule will be posted to the websites, http://www.fedbizopps.gov and http://ideasec.nbc.gov on or about June 15, 2007. No hard copies of the solicitation will be mailed or issued. To receive the solicitation package you must download it from http://ideasec.nbc.gov. It is therefore the contractor's responsibility to check the internet site daily for any posted changes to the solicitations plans and specifications. Contractors must be registered in the Central Contractor Registration system in order to receive contract awards. As a security precaution, vendors must register themselves through the on-line CCR system. There is currently a collective bargaining agreement in place with the International Union of Operating Engineers, Local 30. The Term of the contract will be for a Base Period of 12 months plus four (4) 12 month options. The North American Industry Classification System Code (NAICS) is 811310 and the Small Business Size Standard is $6.5M. Source Selection procedures will be utilized for this procurement and interested firms will be required to respond to evaluation factors which include both price and technical factors. The Technical Factors are Relevant Past Performance, Corporate Experience, Management Approach, Technical Approach and Key Personnel Experience and Qualifications. The Technical Factors when combined are approximately equal to Price. Based on the proposed prices and other non-price factors for each of the specifications under the solicitation, the firm offering the proposal considered most advantageous to the government will be selected to receive the contract award. The Contractor shall furnish all labor, materials, supervision, tools, equipment, transportation, and management necessary to provide Utilities and Mechanical Systems Operations and Maintenance in accordance with the specifications. The majority of the work to be performed under this contract shall be performed at the Facilities on Ellis Island. More specifically, the Contractor shall perform the work requirements prescribed in the solicitation at the Facilities and existing related Utilities, located on Ellis Island 1and Island 2, in the buildings known as the Power House, the Bakery and Carpentry Facility, the Kitchen and Laundry Facility, the Ferry Building, the Laundry and Outpatient Building, and the Main Building including the connecting utility tunnels for these four buildings. Exact work locations and specific frequencies/types of service will be listed in the individual specifications. A Pre-proposal Conference/Site Visit is planned. The exact date and the detailed requirements for attendance will be listed in Section "L" of the solicitation package. All perspective proposers are encouraged to attend. Participation in the pre-proposal conference/site visit will be the responsibility of the offerors and are not reimbursable by the Government. For technical questions concerning this project, contact Mike Fatale or Al Randazzo at 215-597-1224/215-597-6611.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2512020)
 
Place of Performance
Address: Liberty Island and Ellis Island, New York, NY
Zip Code: 191062878
Country: USA
 
Record
SN01300622-W 20070524/070522221650 (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.