Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

Z -- BASE OPERATING SERVICES, NEBRASKA AVENUE COMPLEX AND NATIONAL MARITIME INTELLIGENCE AGENCY, WASHINGTON, DC

Notice Date
January 11, 2001
Contracting Office
EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-00-R-0043
Response Due
March 16, 2001
Point of Contact
Mr. Danny Stubbs, Contracting Officer (202)685-3141
E-Mail Address
click here to go to the Contracting Officer (stubbsda@efaches.navfac.navy.mil)
Description
This acquisition is unrestricted and will be accomplished through competitive negotiation procedures resulting in award of a combination firm fixed price/indefinite quantity contract. Award will be based on best value considering price and the other non-priced factors stated in the solicitation. Specifically, the criteria of Price, Past Performance and Technical/Management Factors will be considered. The Technical/Management Factors include Relevant Experience, Work Accomplishment, Financial Capability and Support for Small Business Program. The work includes providing all labor including supervision, management, security escorts, tools, materials, equipment, transportation, and other items necessary to provide services for Federal Facilities in the Washington DC area in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal Specifications. Initially services shall be provided for the National Maritime Intelligence Center (NMIC) Suitland, Maryland, and Nebraska Avenue Complex (NAC), Washington, DC. Depending on the quality of the Contractors performance other federal facilities within 100 miles may be added in the future. Even if the Government does not incorporate additional sites beyond NAC and NMIC, the Contractor may be requested to perform service calls, minor, major, and indefinite quantity work at any federal sites within 100 mile radius of the Washington Navy Yard, Washington DC. (1) The National Maritime Intelligence Center is a 602,000 square foot facility, with four floors and a penthouse located on approximately 40 acres in Suitland, Maryland. In addition to the main facility, there are three guardhouses, pass office, 3 story parking garage, cooling towers, and access roads. The maintained grounds area is approximately 11 acres including 20 feet outside the perimeter fence. (2) The Nebraska Avenue Complex is located on a 38-acre compound in Northwest Washington D.C., approximately five miles northwest of the U.S. Capitol. The Complex is situated in a primarily residential neighborhood, with vehicular access from Nebraska Avenue and Massachusetts Avenue. The complex includes approximately 40 buildings and structures, constructed between 1919 and 1990 with approximately 571,000 square feet of facility space and 15 acres of maintained grounds. Work for the facilities will include: (1) Service Calls and Minor Work, (2) Preventive maintenance, inspection and repairs of buildings and structures, mechanical systems including support systems and sub-systems, (3) Operation, maintenance and repair of utilities, (4) Operation, maintenance and repair of heating, ventilation, air conditioning, refrigeration equipment and associated systems, (5) Operation, maintenance and repair of boilers, generators and UPS systems, (6) Operation, maintenance and repair of document disintegrator system, (7) Grounds Services including indoor plant maintenance, (8) Custodial Services, (9) Pest Control Services, (10) Locksmith Services, (11) Security Services, (12) MWR Services, (13) IT Services, (14) Administrative Services, (15) Indefinite quantity work items of maintenance, repair, equipment installation and minor construction/alterations less than $150,000.00 per occurrence. If the Contractor agrees IQ items in excess of $150,000 may be ordered, (16) Other miscellaneous facilities maintenance work services. The contract term is for a base performance period of twelve months with nine twelve (12) month options. The estimated annual value is between $5 and $10million. The solicitation will be issued on or about 26 January 2001. Proposals are due on 16 March 2001. A pre-proposal conference and site visit will be conducted with date and time to be determined. In accordance with Federal Acquisition Regulation 5.102(a)(7) availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and plan holders must register as Planholders on the website in order to receive a copy of the solicitation. The official planholder's list will be maintained on an can be printed from the website. The Government will not provide hard copies (paper sets) or CD-ROM of the solicitation. Registering planholders must provide complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, etc.), email address and type of business (large, small, small disadvantaged, women owned, etc.). Notification of any amendments to the solicitation will only be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments issued to the solicitation. For organizations needing assistance in doing business electronically, a website has been developed. The address is www.acq.osd.mil/ec/. To locate a resource center for your assistance, click on "Assistance Centers". In addition, you must be registered in the Central Contractor Registration (CCR) prior to receiving any EFA Chesapeake contract award. The website is http://www.ccr.disc.dla.mil.
Web Link
Click here to go to the NAVFAC website (http://www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20010116/ZSOL003.HTM (W-011 SN50A6X8)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com