COMMERCE BUSINESS DAILY ISSUE OF JULY 11,2000 PSA#2639 OIC/OICC, EFA NW Field Office, Puget Sound Naval Shipyard, Code 910C,
1400 Farragut Avenue, Bremerton, WA 98314-5001 Z -- INDEFINITE QUANTITY ROOFING REPAIR AND REPLACEMENT AT THE PUGET
SOUND NAVAL SHIPYARD, BREMERTON NAVAL STATION AND TENANT ACTIVITIES,
BREMERTON, WA SOL N44255-00-B-2031 DUE 081700 POC Janet Gupton,
Contract Specialist (360) 476-8192 WEB: Click here to download a copy
of the IFB, http://esol.navfac.navy.mil. E-MAIL: Click here to contact
the contract specialist via, Guptonjl@efanw.navfac.navy.mil. The
intention of this contract is to provide an Indefinite Quantity Roof
Replacement, Repairs and Emergency Roof Repairs contract at the Puget
Sound Naval Shipyard and Bremerton Naval Station and tenant activities.
The roof types include but are not limited to built-up roofs (asphalt
fiberglass felts, asphalt rag felts, modified bitumen composite (hot
mopped)), single ply roofs, metal roofs, asphalt composition shingles,
glazed cement tile and concrete asbestos shingles. The Standard
Industrial Classification Code is 1761. The related Small Business Size
Standard is $7.0 million. This procurement is unrestricted. The
contract minimum quantity is $100,000. In accordance with FAR
5.102(a)(7), this solicitation will be limited to distribution on
electric medium; plans and specifications will be available for
download free of charge via the internet World Wide Web at:
http://www.esol.navfac.navy.mil. Hard copies (paper) or CD ROM WILL NOT
be provided by the Government. The official plan holder's list will be
maintained on the web-site and will not be mailed or faxed. All
prospective offerors, subcontractors, suppliers, and plan centers are
encouraged to register as planholders. Note: This plan holder's list
may not include those planholders obtaining the solicitation from other
media distributors. Registering firms and plan centers must provide a
complete company name, complete mailing address, area code and phone
number, offeror type (Prime, Subcontractor, Supplier or Plan Room),
company e-mail address, and business size (Small Business, Small
Disadvantaged Business, Women-Owned Small Business, or Large Business).
Notification of any amendments and/or changes to the solicitation will
be made only on the internet at http://www.esol.navfac.navy.mil.
THEREFORE IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK WITH THE WEB-SITE
PERIODICALLY FOR ANY AMENDMENTS OR NOTICES TO THIS SOLICITATION. If a
large business concern, a subcontracting plan shall be submitted in
accordance with FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (OCT
1999) ALTERNATE I (JAN 1999). All responsible sources may submit a bid
which, if received timely, shall be considered by the agency.
Locations and points of contact for site visits are identified in the
solicitation. See the solicitation for proper address for delivery of
proposals. For inquiries contact Janet Gupton at (360) 476-8192.
Specifications will be available on the web-site on or about 21 July
2000. Registration in the "Central Contractor Registration" (CCR) is
required prior to award. Posted 07/07/00 (W-SN472598). (0189) Loren Data Corp. http://www.ld.com (SYN# 0158 20000711\Z-0019.SOL)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|