Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2014 FBO #4438
MODIFICATION

Y -- Indefinite Delivery Indefinite Quantity Roofing - AMD 0002 - Part 6 Attachments - Amendment 2 - AMD 0002 - Part 1 Exhibits

Notice Date
1/16/2014
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN, MARINE CORPS BASE CAMP PENDLETON, PO Box 555229/Building 22101, Camp Pendleton, California, 92055-5229
 
ZIP Code
92055-5229
 
Solicitation Number
N62473-14-R-2201
 
Archive Date
2/14/2014
 
Point of Contact
Sarah Chambers, Phone: 7607259959
 
E-Mail Address
sarah.chambers2@navy.mil
(sarah.chambers2@navy.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
Amended Exhibit E - Financial Questionnaire Amended Exhibit D - Factor 4 Worksheet Amended Exhibit C - Factor 3 NAVFAC PPQ Form Amended Exhibit B - Factor 2 Amended Exhibit A - Factor 1 Worksheet AMENDMENT 0002 Attachment 14 - Quality Assurance Plan Amended Attachment 8 - Roof Bid Schedule for Camp Pendleton Amended Attachment 8 - Roof Bid Schedule for Seal Beach This is a competitive procurement for Economically Disadvantaged Women Owned Small Businesses (EDWOSB) for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Construction contract for repair and replacement of various types of facilities roofs systems, to include shingle, built-up roofs, preformed metal roofs, asbestos abatement, and other incidental work at various locations aboard Marine Corps Base, Camp Pendleton, Naval Ordnance Center (NOC) Fallbrook, Naval Weapons Station (NWS) Seal Beach, NWS Seal Beach Detachment Norco, California. This acquisition is being restricted to qualified EDWOSB firms. In order to qualify as an EDWOSB firm, companies must meet the requirements and steps listed at the SBA's webpage at http://www.sba.gov/content/women-owned-small-business-federal-contract-program having current registration in the System for Award Management (SAM) database and uploading / categorizing all required documents in the WOSB program repository through the SBA's General Login System (GLS) at https://eweb.sba.gov/gls. This is a fixed price IDIQ solicitation for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform sustainment, restoration, and modernization of facility roof systems. Types of roofing systems include shingle, built-up roofs, preformed metal roofs, and other work included is asbestos and lead-paint abatement, and metal roof restoration to be performed within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total maximum period of (five) 5 years. The North American Industry Classification System (NAICS) Code for this acquisition is 238160, Roofing Contractors, with a corresponding small business size standard of $14 million. The estimated maximum dollar value of this procurement, including the base year and all options is $25,000,000. Task Orders awarded from this contract will range between $2,000 and $500,000. Task Orders may fluctuate below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. There is a minimum guarantee of $5,000 during the performance period of the contract. This acquisition will utilize the best value source selection process, as set forth in the RFP, with the intent to award one (1) contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award with further discussions if appropriate. Selection for award will be based on evaluation of the following: Factor 1 - Management Approach and Capabilities of the Offeror; Factor 2 - Experience of the Offeror and Offeror's Team; Factor 3 - Past Performance; Factor 4 - Safety; and Non-Technical Factor - Price. No CDs or hard copies of this solicitation will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites. Plan holders lists will not be faxed and will be available only at the FEDBIZOPPS Internet website address listed above. Receipt of proposals will be due no later than 11:00 am PST on Thursday, January 30, 2014 to the address listed in the solicitation. A pre-proposal conference will be held on Thursday, December 19, 2013 at 0900 and will be located at ROICC Camp Pendleton, CA. Further information regarding the pre-proposal conference is included in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N62473-14-R-2201/listing.html)
 
Place of Performance
Address: Marine Corps Base, Camp Pendleton, Naval Ordnance Center (NOC) Fallbrook, Naval Weapons Station (NWS) Seal Beach, NWS Seal Beach Detachment Norco, California, United States
 
Record
SN03269127-W 20140118/140116234256-d35d88cdc4a8f8c2b4560f8294419103 (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.