MODIFICATION
J -- Draft Solicitation A-76 Public-Private Competition Base Support Vehicle Operations and Equipment (BSVE) performed at NAVFAC Mid-Atlantic, Hampton Roads, VA
- Notice Date
- 8/16/2007
- Notice Type
- Modification
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N69450-07-R-0564
- Response Due
- 12/15/2007
- Archive Date
- 8/16/2008
- Description
- This is Solicitation Notice for an OMB Circular A-76 (Revised, May 2003) Public-Private Competition, using the standard competition process, to provide Base Support Vehicle Operations and Equipment performed at the NAVFAC Mid-Atlantic, Hampton Roads, VA. The Government intends to issue a solicitation within 15 to 30 days. The closing will be 45 to 60 days after issuance. The solicitation will be posted at http://esol.navfac.navy.mil. The BSVE Product Line include: rental of light/heavy duty vehicles; leasing commercial vehicles/equipment; maintenance of light/heavy duty vehicles; body repair and alterations to light/heavy duty vehicles; maintenance of weight handling and material handling equipment; operations of buses, tractors, graders, dozers, etc.; operations of crane services including ammunition loading; refuse collection and disposal; snow removal; and training for vehicle operations. There are approximately 390 positions affected by this competition. If the cost comparison results in contract performance, the contract performance period will include a transition period (approximately six (6) months), six month base year, and four (4) twelve month option years. A performance-based firm fixed price type contract is anticipated. PARTICIPATION IN THIS ACQUISITION IS UNRESTRICTED. The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the lowest price, technically acceptable (LPTA) offer as defined in FAR 15.101-2 and the OMB Circular, A76 (Revised May 2003). A contract will not be awarded unless the LPTA Offer is less than the Government s proposal, considering; 1) the minimum cost differential requirement and 2) no competitive advantage is gained by the contractor s share contribution to its employer-sponsored health insurance plan or benefits. The minimum cost differential is the lesser of; (1) ten percent (10%) of the personnel costs in the IHCE or (2) $10,000,000 over the entire performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) Charleston, SC will be using Low Price Technically Acceptable Approach source selection process for this acquisition. Please refer to sections L & M of the RFP once issued for details regarding the evaluation criteria and submission requirements. All potential Offerors are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) and DFARS 252.204-7004, ALTERNATE A (NOV 2003), lack of registration in the CCR database will make an Offeror ineligible for award. The North America industry classification system (NAICS) code for this acquisition is 811118. In accordance with FAR 5.102 availability of the solicitation will be limited to the electronic medium; solicitation will be available for download via the NAVFAC website at http://esol.navfac.navy.mil. The official plan holders list will be maintained on and can be printed from the website. All prospective Offerors and plan rooms are encouraged to register as plan holders on the website. Plan holders lists will only be available from the website. Registering Offerors and plan rooms must provide a complete name, complete mailing address and area code and phone number, Offeror type (prime contractor, sub contractor, supplier or plan room), email address and size (large business, small business, small disadvantaged business, woman owned small business or other). Notification of any changes (amendments) to the solicitation will be made only on the Internet. It will be the contractor's responsibility to check the website for any posted changes. A pre-proposal conference will be held within 15 to 30 days of issuance of the RFP. Additional details regarding the Pre-proposal conference will be provided in the solicitation. Send questions and comments to Deborah P. Taylor (843) 820-5780 e-mail debby.taylor@navy.mil.
- Place of Performance
- Address: Hampton Roads, VA
- Zip Code: 23508-1278
- Country: UNITED STATES
- Zip Code: 23508-1278
- Record
- SN01375373-W 20070818/070816222404 (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 |