SOLICITATION NOTICE
J -- Interior Marine Decking Requirements In The Puget Sound Washington Area
- Notice Date
- 8/25/2011
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N4523A NORTHWEST REGIONAL MAINTENANCE CENTER, BREMERTON, WA 1400 Farragut Ave Puget Sound Naval Shipyard Bremerton, WA
- ZIP Code
- 00000
- Solicitation Number
- N4523A11R0912
- Response Due
- 10/12/2011
- Archive Date
- 10/27/2011
- Point of Contact
- Karen W.Carter (360) 476-4053 Joe Lownik, (360) 476-4072
- Small Business Set-Aside
- Total Small Business
- Description
- Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) located in Bremerton, WA has a requirement for the removal, repair, maintenance, and installation of various types of interior marine deck and floor covering systems on board waterborne or dry docked U.S. Navy ships, aircraft carriers, submarines, and other vessels in port or operating in the Bremerton, Everett, Port of Seattle, Keyport, and Bangor, Washington locations. This acquisition is a non-commercial supply, and will be solicited using the procedures of FAR Part 15. The procedures of FAR Part 12 (commercial item acquisition) will not be used, based on market research. This procurement is a 100% total set-aside for small business. The small business size standard is 1,000 employees. The North America Industry Classification System (NAICS) code is 336611. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. It is anticipated that the majority of work will be performed on Government Installations. Contractor personnel shall comply with all current badging and security procedures required to gain access to Government sites. Access to Naval Installation sites may only be gained by obtaining a badge (either permanent or temporary) from the Security Office. It is the contractor ™s responsibility to check for and obtain changes and updated information at each installation on a continual basis. Further information can be found at the individual Naval Installation websites. It is anticipated that up to five (5) Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Contracts (MAC) will be established. Award(s) will be made based on Best Value to the Government. The Government anticipates that Technical and Past performance will be evaluated, as well as price. Selected firms will be eligible to compete for delivery orders within the scope of the contract. Competition on individual delivery orders under the IDIQ may be on the basis of price only, best value or past performance on other Delivery Orders on this contract. The estimated duration of this Multiple Award IDIQ is five years with a total estimated value of $10M, utilizing a base period and four option years. Each MAC IDIQ contract awarded will have a minimum guaranteed value of $10,000.00 for the Base Year only. Supplies are subject to the Buy American Act, World Trade Organization Government Procurement Agreement, or Free Trade Agreements based on dollar threshold. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. The solicitation specifications are available only on CD. Requests should be sent via e-mail to karen.w.carter@navy.mil, fax (360) 476-4930 or rebecca.pastorella@navy.mil, fax (360) 476-4930. Copies of MIL/FED specs, QPL, may be obtained from the ASSIST database on the Internet at http://assist.daps.dla.mil/online/start/. Requests must include the Solicitation Number, Company Name, Cage Code, Address, Point of Contact, Phone Number and email. For questions regarding this notice, contact Ms Karen Carter via e-mail at karen.w.carter@navy.mil or phone at (360) 476-4053. All responsible sources may submit a proposal, which shall be considered by PSNS & IMF. The Government anticipates issuing the solicitation on or about 12 September 2011. A Pre-Proposal Conference is tentatively scheduled for 20 September 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A11R0912/listing.html)
- Record
- SN02549434-W 20110827/110825235755-d72b0b6a853e865d5195420887196ff5 (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 |