Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOLICITATION NOTICE

Z -- Electrical Maintenance - RFP SP4705-16-R-0003

Notice Date
5/18/2016
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-16-R-0003
 
Point of Contact
Xkoshan Arnold, Phone: 7037673714, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
xkoshan.arnold@dla.mil, Beverly.J.Williams@dla.mil
(xkoshan.arnold@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment C11 of the PWS Attachment C6 of the PWS Attachment C4 through C20 of the PWS RFP SP4705-16-R-0003 The Defense Contracting Services Office at Fort Belvoir located in Virginia has a requirement to procure Electrical Maintenance Services. The contract period shall consist of one 12 month base period and four, 12 month option periods for renewal at the discretion of the government. The base year period of performance is 1 September 2016 through 31 August 2017. The proposed acquisition is Unrestricted. The North American Industry Classification System (NAICS): 238210 and the small business size standard is $15M. It is the Government's intention to issue an Indefinite Delivery/Indefinite Quantity contract. In accordance with FAR subpart 6.1, this acquisition will be solicited using full and open competition procedures. The intention of this solicitation is to obtain operation, maintenance, service, repair, construction and minor construction alteration services for buildings and structures of electrical systems, related components, systems and equipment. See the attached Solicitation SP4705-16-R-0003 for additional information concerning the requirement. The Government will solicit and award this contract using Contracting by Negotiation acquisition procedures, in accordance with FAR 15, and FAR 12, Acquisition of Commercial Items. The Government intends to award to the source using Tradeoff Procedures (FAR 15.101-1). This acquisition will be conducted under the Source Selection procedures found in FAR Part 15.3 as supplemented. Specifically, the procedures in the DoD Source Selection Procedures where in a trade-off between non-cost factors and cost/price provides the Government with an opportunity to award to other than the lowest priced proposal or other than the highest technically rated proposal for a best-value contract. For this effort, there will be four separate and independent evaluation factors: Technical Capability, Management Capability, Past Performance, and Price. This effort will be full and open competition. A Single-Award IDIQ type contract instrument will be used to award this effort. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the price of contract performance, to the extent that the information is reasonably obtainable. The walk through will provide the opportunity for the Offerors to visit and observe the maintenance service related activities as currently provided in the Headquarters facility. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A Site Visit has been scheduled for May 25, 201 6. Contractors shall notify the contract specialist, MAJ Xkoshan Arnold, ( xkoshan.arnold@dla.mil ) no later than May 23, 2016, that they intend to attend the Site Visit. Participants shall meet at the front entrance of the HQC no later than 10:00 a.m., May 25, 2016. Only two (2) representatives from each potential offeror are authorized to attend. The Government does not intend to conduct individual site visits; therefore, offerors wishing to inspect the site should attend in accordance with the aforementioned guidelines of this section. Please arrive at the front gate of Defense Logistics Agency (DLA) at 8725 John J. Kingman Road, Fort Belvoir, VA at least 15 minutes prior to the arranged time in order to secure a visitor pass. Limit the number of attendees to no more than two representatives from each company. To gain access to the installation you will need to have a government issued ID (e.g. driver's license, state issued photo ID) for every individual, and vehicle registration and insurance for each vehicle. Once you have entered through the gates, proceed to the flags to check in the building. If any problems, please contact MAJ Arnold at 703-767-3714. Please note the site visit is only designed to allow interested parties the opportunity to visit the facility for viewing of the building, structures and related systems and equipment at DLA Headquarters Complex. Any technical questions shall be reduced to writing and sent via email directly to the Contract Specialist at xkoshan.arnold@dla.mil within 24 hours after the site visit. Prior to the scheduled site visit, company must provide to the Contract Specialist: Company Name, Full Name(s) (no more than two (2) persons per company for the site visit), SSN(s), Date of Birth, and Cage Code, no later than May 23, 2016, 2:00 p.m. EST. The solicitation, (SP4705-16-R-0003) will be posted on or about 19 May 2016 and made available on the Federal Business Opportunities (FBO) web site at https://www.fbo.gov. It is the responsibility of the offeror to continually view the website for the solicitation and any amendments. Contractors interested in doing business with the Government must be registered with the SAM website accessed through https://www.acquisition.gov. Contractor must also ensure annual representations and certifications are current or complete them at the SAM website as well. All prospective offerors interested in submitting a proposal must have a commercial and government entity code (CAGE code). Contractors must be registered with Wide Area Workflow at https://wawf.eb.mil/. The point of contact for this solicitation are MAJ Arnold, Contract Specialist, 703-767-3714, xkoshan.arnold@dla.mil and/or Beverly J. Williams, Contracting Officer, beverly.j.williams@dla.mil. All responsible sources may submit an offer, which will be considered. Please see RFP SP4705-16-R-0003 for details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-16-R-0003/listing.html)
 
Place of Performance
Address: See PWS, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04120539-W 20160520/160518234200-39eb88956998b560b1078cb701b8fb12 (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.