Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13, 2000 PSA #2705
SOLICITATIONS

Z -- MAINTENANCE OF FAMILY HOUSING FOR THE DEPARTMENT OF THE NAVY, NWS YORKTOWN, VIRGINIA

Notice Date
October 11, 2000
Contracting Office
CDR Atlantic Division -- NAVFACENGCOM Tidewater Services Branch, 9342 Virginia Avenue, Building Z-140, Suite 128, Norfolk, VA 23511-3689
ZIP Code
23511-3689
Solicitation Number
N62470-00-B-6408
Response Due
January 8, 2000
Point of Contact
Pam Waller, Contract Specialist, (757)444-8065 extension 3016; Karyn Bryan, Contracting Officer, (757)444-8065 extension 3040
E-Mail Address
EFDLANT NAVFAC, NORFOLK, VIRGINIA (wallerpa@efdlant.navfac.navy.mil)
Description
17. The Officer in Charge requires all labor, supervision, tools, materials, equipment, transportation and management necessary to maintain family housing units at the Naval Weapons Station, Yorktown, Virginia. Work will consist of preventive maintenance, routine service work, emergency work and performing indefinite quantity work items of maintenance and repair designated by the Contracting Officer. The resulting contract will be performed under a combination Firm-Fixed Price/Indefinite Quantity Type Contract. The project will be solicited by use of Best Value Source Selection, with the requirement for a Technical and Price Proposal. Technical Proposals will be 100 pages or less and contain the following evaluation factors: TAB A -- Past Performance; The Offeror shall provide references demonstrating performance of similar type work, volume and complexity for the last three (3) years. TAB B -- Experience; The Offeror shall show relevant work experience in the performance of projects consistent with the type work, volume and complexity of work, for the past five (5) years. TAB C -- Contractor's Capability; The Offeror shall clearly demonstrate its understanding of the scope of work by illustrating their technical approach and identifying proposed allocation of resources; including Subcontractors. The Offeror shall show the relationship between the home office and on-site management personnel, by name. Offerors shall explain the degree of autonomy of the on-site organization from the home office and address lines of authority, responsibility and span of control. Offerors shall complete personnel reference sheets, on all key personnel. TAB D -- Financial Cability; Offerors shall clearly demonstrate their financial stability by the information requested in the subfactors. Offerors shall also demonstrate their ability to sustain their financial obligations during the first 90 days of the contract. Subfactors; (i) Submit a credit report for the present year and one for the last two (2) years (3 reports). The reports must contain a rating and shall be obtained from a credit-reporting agency (e.g. TRW, Dun & Bradstreet, etc.). If the reports do not include a rating, this sub-factor will be assigned an unsatisfactory rating. (ii) Offerors will provide completed fiscal year financial statements for the past three (3) years to include; balance sheet, income (profit and loss) statement, statement of cas flows, cash flow projections. (iii) For Joint Ventures or new opereating arrangements Offerors will provide the financial responsibility among the firms. (iv) Offerors will provide a letter from a financial organization indicating the line of credit available to the firm. TAB E -- Subcontractor Management; The Offerors shall clearly demonstrate their proposed use of subcontractors to perform the work required to include; a complete list of subcontractors and their specialties, a discussion of how subcontractors will be managed and to the extent subcontractors will be utilized in the performance of the contract, and identify any established working agreements with subcontractors. All responsible sources may submit an offer which will be considered. This solicitation is for a base period of one (1) year and anticipated options to extend for an additional one (1) to twelve (12) months with a total duration not to exceed sixty (60) months. This procurement is a 100% Small Business Set -- Aside. Estimated date for receipt of Proposals -- 8 January 2001. Plans and specifications will be ready on or about 22 November 2000. Only written requests for the Solicitation will be accepted, such requests must reference the Solicitation number above. Faxed requests may be submitted to (757)444-4164, Attention: Ms Pam Waller.
Record
Loren Data Corp. 20001013/ZSOL001.HTM (W-285 SN5040B1)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 11, 2000 by Loren Data Corp. -- info@ld.com