Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2013 FBO #4304
SOLICITATION NOTICE

L -- Global Business Support - Areas II through IV

Notice Date
9/4/2013
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, Regional Contracts Dept (Code 200), 3985 CUMMINGS ROAD, BUILDING 116 - 3RD FLOOR, San Diego, California, 92136-4200, United States
 
ZIP Code
92136-4200
 
Solicitation Number
N00244-13-R-0061
 
Archive Date
1/4/2014
 
Point of Contact
Nancy Landeros,
 
E-Mail Address
nancy.landeros@navy.mil
(nancy.landeros@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The NAVSUP Fleet Logistics Center (FLC) San Diego, Port Hueneme Site, CA is currently soliciting offers for Global Business Support (GBS) Multiple Award Contract (MAC) opportunities. The GBS MAC program will provide non-personal contract labor support throughout the Fifty (50) United States including Alaska & Hawaii, Washington, D.C. and the U.S. Territories of Puerto Rico and Guam in the following functional areas: Administrative Support and Clerical Services, Quarters Management Services, Healthcare Services (Except Doctors, Nurses or Physician Assistants), Information and Arts, Information Technology, Maritime Material Handling, Mechanics and Maintenance and Repair, Plant and System Operation, Engineering/Technical Support, Mobile Equipment Operation, Financial Management, Specialized Technology, Industrial Services, and General Services and Support. GBS MACs are for Service Contract Act covered services with incidental professional support. The government intends to negotiate Indefinite Delivery, Indefinite Quantity (IDIQ) contracts with the ability to award Firm Fixed Price (FFP) and/or Cost Plus Fixed Fee (CPFF) task orders. The GBS MACs are awarded for specific geographical areas. The area are established as follows: Area I - Hawaii; Area II - Northwest and Southwest; Area III - Southeast and Area IV - Northeast. This solicitation is for Areas II, III and IV. This requirement will be solicited as a 100% Small Business Set Aside. The solicitation and resulting contract will be for one base year and four additional one-year option periods. In accordance with FAR 16.301-3, in order to be awarded a CPFF type contract, firms must have an adequate accounting system as determined by the Defense Contract Audit Agency (DCAA). If your firm's accounting system has not be en reviewed by DCAA please notify the Ms. Landeros at the email below. Estimated start date is August 24, 2014. Potential Offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at http://www.neco.navy.mil or at http://www.fedbizopps.gov. This office will not issue hard-copy solicitations. The NAICS code applicable to this procurement is 561210. All questions must be submitted via email to nancy.landeros@navy.mil Questions received via phone will not be acknowledged. Responses to the Request for Proposal (RFP) itself will not be accepted via email. Hard and electronic copies of all volumes will be required to be received by the Contracting Office at the address provided in the RFP by the closing date and time specified in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-13-R-0061/listing.html)
 
Record
SN03173883-W 20130906/130905000004-7a2f93922252bb73fef7c2885fd93a3a (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.