RFPs (Request for Proposal) for the Week

A number of RFPs and presolicitation notices are on the docket this week, including the purchase of shredding equipment, handling recyclables, and consulting work.

Full Building Operation & Maintenance in various buildings located in Montgomery, Dothan, Selma and Opelika Alabama

 

Document Type: Presolicitation Notice

 

Solicitation Number: GS-04P-04-CXC-0028

 

Set Aside: Total Small Business

 

Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Birmingham Property Management Center (4PM), 950 22nd Street North, Suite 600, Birmingham, AL, 35203

 

Description: GS-04P-04-CXC-0028 Full building operation and maintenance. The contractor selected for award shall provide all management, supervision, labor, materials, supplies, tools, and equipment necessary to provide Mechanical Maintenance and Operation Service at the Frank M. Johnson Federal Building Courthouse 15 Lee Street Montgomery, AL 36104, Federal Building Courthouse 100 West Troy Street North Dothan, AL 36303, Federal Building Courthouse 908 Alabama Ave, Selma, AL 36701, and the G.W. Andrews Federal Building Courthouse 701 Ave. A Opelika, AL 36801.

 

The contract period is April 1, 2004 through March 31, 2005 with 4 one-year options for a total of 5 years. NAICS Code is 238220. The size standard is $12 million.

 

This is a Firm Fixed Price solicitation and is a 100% Small Business Set-Aside.

 

This solicitation includes Sensitive But Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation.

 

Reasonable care: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.

 

It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records of recipients. Authorized users shall provide identification as set forth below: Valid identification for non-Government users. Authorized non-Government users shall provide valid identification to receive SBU building information. The identification shall be presented and verified for each dissemination. Valid identification shall be all items (a) through (c), below, and including item (d), as necessary: (a) A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work.

 

A general contractor's license may be substituted for the business license in states that issue such licenses. In the rare cases where a business license is not available from the jurisdiction, the information shall be provided and testified to by the submitter; and (b) Verification of a valid DUNS Number against the company name listed on the business license or certification. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and (c) A Valid IRS Tax ID Number of the company requesting the information; and, as necessary, (d) A Valid picture state driver's license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. SBU documents will not be released to any individual or firm who has not, either previously or at the time of pickup, supplied the required documentation as outlined in paragraphs (a) through (c), above. 2. Retaining and destroying documents. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. 3. Term of Effectiveness.

 

The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 4. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. I agree that I will abide by this agreement and will only disseminate Sensitive But Unclassified (SBU) building information to other authorized users under the conditions set forth above.

 

Original Point of Contact: David Tucker, Contracting Officer, Phone 205-731-0135 X33, Fax 205-731-0138, Email david.tucker@gsa.gov

 

100% 8(a) Set-Aside Indefinite Quantity Solicitation for Solid Waste Planning and Engineering Services within Southern Division AOR

 

Document Type: Presolicitation Notice

 

Solicitation Number: N62467-04-R-0057

 

Set Aside: 8a Competitive

 

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406

 

Description: Solicitation N62467-04-R-0057, Indefinite Quantity Solicitation for Solid Waste Planning and Engineering Services will result in a contract for Southern Division’s Area of Responsibility which encompass the following 26 states: Alabama, Arkansas, Colorado, Florida, Georgia, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Nebraska, North Carolina, North Dakota, Oklahoma, Ohio, South Carolina, South Dakota, Tennessee, Texas, Wisconsin, and Wyoming.

 

At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the 8 (a) concern. The contractor may also, on occasion, be tasked to provide the services described herein to any DOD or other Federal agency activities outside the Southern Division geographical area.

 

These projects will be assigned on an exception basis as determined by the Contracting Officer. A professional engineer will sign engineering work; therefore, contractor personnel must consist of professional engineers registered in the applicable state in which the work is conducted.

 

The format for all reports shall include both a hardcopy and an electronic PDF. A minimum of $20,000.00 shall be guaranteed. This guaranteed fee is a certain obligation at the time of the award and as such will be fulfilled within the base year of the contract. This contract, N62467-04-R-0057, is for one (1) base year and four (4) one-year options and will not exceed $4,000,000. No new work can be added after one year following award of the initial work unless the option year is exercised.

 

This work includes, but is not limited to the following services: (1) Preparing solid waste management plans (SWMPs). SWMPs include, but are not limited to, describing and planning: a) waste generation, collection and disposal; b) waste characterization; c) source reduction; d) recycling; e) composting, f) incineration, g) landfilling, and h) recommendations for, but not limited to: i) improving regulatory compliance ii) improving existing practices iii) controlling costs, and iv) meeting DOD and Navy (DON), federal, state, regional, and local goals. (2) Preparing designs, studies, and/or permit applications for solid waste management facilities: a) preparing designs includes, but is not limited to: i) design calculations; ii) evaluation of alternative methods; iii) preparing plans and specifications; iv) cost estimates, and v) other work needed to provide complete packages. B) studies include, but are not limited to: i) researching existing and anticipate conditions; ii) completing application for Commanding Officer’s, or the designate representative’s signature, i) assisting in presenting the application to: 1) the applicable regulatory authority, and/or 2) public meetings and/or hearings, and 3) assisting in evaluating of any proposed permit condition, implied or expresses. D) miscellaneous projects generated by federal, state local laws, regulations, goals, policies, and business practices or self-initiatives. II. Facilities include, but are not limited to: (1) installation-wide systems; (2) transfer stations; (3) construction and demolition debris landfills; (4) yard and green waste composting facilities; (5) recycling facilities (including wood); (6) upgrading/closing of existing sanitary landfills (non-CERLA and/or subtitle C) (7) medical/infectious waste collection and disposal; (8) other facilities, structures, or systems that may be used to manage solid waste (9) developing/modifying GIS and AUTOCAD drawings; 10) conducting Environmental Management System (EMS) reviews, inspection/gap analyses and/or progress reviews to ensure conformance to a specified standard such as ISO 14001, Navy EMS policy or other standard and; (11) Green Construction and Demolition cost estimates and cost analyses, which refers to measures taken beyond typical construction demolition that promotes reuse and recycling and takes special care of protection of human health and the environment (EO13101). III. Naval and Marine Corps installations include, but are not limited to: (1) air stations; (3) Marine Corps Bases; (4) reserve centers; (5) support activities; (6) logistics centers; (7) maintenance depots, and (8) shipyards. The following criteria (numbered in order of importance) will be used in the selection process:

 

Professional Qualifications: a) The team leader shall be a registered professional engineer with i) a minimum of five years of experience, ii) demonstrated responsible charge of: 1) developing solid waste management plans; 2) optimization studies, 3) feasibility studies, and 4) other solid waste related projects. B) technical competence of the individual team members: i) experience, ii) education, and iii) registration.

 

Specialized experience: Recent applicable project experience or understanding relating to: a) Federal, state, regional, and local solid waste laws, policies, and regulations; b) DOD/DON solid waste policy, instructions, and regulations c) Developing and Implementing recycling programs with cost analysis d) Affirmative Procurement e) Sustainable Design and Green Demolition f) Integrated informational management systems, including Geographic Information Systems (GIS) applications and relational databases g) Development and Implementation of Environmental Management Systems (EMS) h) Management of Medical Waste and; i) Landfill Management Experience.

 

Performance. Past performance on solid waste management planning/engineering; and b) contracts with government agencies and private industry in terms of i) cost control; ii) quality of work; iii) compliance with performance schedules, and iv) points of contact for reference checking purposes.

 

Capacity: professional ability to perform multiple projects concurrently, and b) ability to sustain the loss of key personnel while accomplishing the work within required time limits. 5.

 

Location: Proximity to the geographical region covered by Southern Division; b) Knowledge of local and regional conditions and regulations that should be considerations of the solid waste management process, and; d) Ability to provide timely responses to issues that could arise during various phases of the contract.

 

Volume of DOD Work: Firms will be evaluated in terms of work previously awarded to them by DOD within the past 12 months. The objective is equitable distribution of contracts among qualified A-E firms. This includes small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts.

 

Joint venture, teaming or subcontractor utilization.: Firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of this contract. The current subcontracting goals established for these contracts is 73.7% for small businesses, 15.3% for small disadvantaged businesses, 13.8% for woman-owned businesses, 3.1 % HUB Zoned businesses for FY03 and beyond, 3% for veteran-owned businesses, and 3% for service disabled veteran-owned business concerned. In order to assist the committee to more efficiently review all applications,

 

A summary of experience as specifically defined in criteria 1,2, and 3 (qualifications, experience, and capacity and proposed team staffing and depth of additional staff support) is requested as part of or in addition to the sf 255.

 

Summarize your proposed team with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration, state, and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 2. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in the event of loss of key personnel or failure to maintain schedules. 3) Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked with you on the projects; and b) an owner point of contact with telephone number; c) show the original submission schedule, owner approved time extensions, and the final execution schedule. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. For consideration, provide ONE SF254 for each consultant proposed. The SF255 with attachments shall be limited to 25 pages (8.5 X 11?, one sided), with print size not less than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 3:00 p.m. 1 March 2004. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is www.ccr.gov . Include telephone/fax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. Label lower right corner of outside mailing envelope with A-E Services, N62467-04-R-0057. Site visits will not be arranged during advertisement period. Express mail address is: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406. Surface mail address is: Commander, Southern Division, P.O. Box 190010, North Charleston, SC 29419-9010. ADDRESS ALL RESPONSES TO ATTN: ACQ21 ? Katie Stohs.

 

Original Point of Contact: Kathleen Stohs, Contract Specialist, Phone 843-820-5998, Email katie.stohs@navy.mil - Esther Brown, Contracting Officer, Phone 843-820-5859, Fax 843-818-6858, Email esther.r.brown@navy.mil

 

Removal Of Trash, Non-Infectious Waste And Recycling Paper

 

Document Type: Presolicitation Notice

 

Solicitation Number: 69D-120-04

 

Contracting Office Address: Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005

 

Description: The GLAC is soliciting quotations to provide all labor, transportation, containers, equipment and supervision to remove and dispose of potentially infectious and pathological waste, general rubbish/trash and recycle mixed paper and cardboard at the VAMC North Chicago, IL.

 

The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. Anticipated award effective date is March 1, 2004. Electronic version and hard copy of solicitation will be available on or about January 29, 2004. Contract type is firm-fixed price and unrestricted. Electronic solicitation may be obtained FREE at the following URL: http://www.va.gov/oa&mm/busopp/sols.htm. Or at http://www.bos.oamm.va.gov/solicitation?number=69D-120-04.

 

Any amendments to this solicitation will also be available at the URL addresses. Offerors are advised that they are responsible for obtaining amendments. Requests for hard copy solicitation must be in writing to the GLAC Contact Point and accompanied by a check for $10.00 made out to the Department of Veterans Affairs. No telephone requests will be accepted. Any amendments issued to this solicitation will also be available at the URL address. Offerors are advised that they are responsible for obtaining amendments.

 

Point of Contact - Eileen Spilka, Contract Specialist, (414) 902-5404, Contracting Officer - Eileen Spilka, Contract Specialist, (414) 902-5404

 

Email your questions to Eileen Spilka at eileen.spilka@med.va.gov.

 

Trash Removal/Recycling Services Management

 

Document Type: Sources Sought Notice

 

Solicitation Number: Reference-Number-2DPSCM-04-T01

 

Contracting Office Address:

 

United States Postal Service, Supplies and Services Purchasing, Memphis PSC, 225 N Humphreys Blvd, Memphis, TN, 38166-6260

 

Description:

 

Sources sought to manage trash removal/recycling services in the eastern United States with the exception of Illinois, Indiana, Wisconsin and Michigan.

 

Original Point of Contact: Mark Treese, Buyer, Phone (901) 747-7577, Fax (901) 747-7492, Email mtreese@email.usps.gov - Judy Kimbro, Buyer, Phone (901) 747-7665, Fax (901) 747-7492, Email jkimbro@email.usps.gov.

 

Recycling Electronics

 

Document Type: Presolicitation Notice

 

Solicitation Number: RFQ-DC-04-00083

 

Contracting Office Address: Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460

 

Description: NAICS Code: 562920 The EPA is issuing this pre-solicitation notice for electronic recycling and asset disposition services. This notice was previously issued in FedBizOpps under PR-DC-03-00318 and PR-DC-03-02790. The requirement will be a total small business set aside. We anticipate solicitation release in February, 2004. Small businesses are required to have the capability to provide recycling, reclamation, and asset disposition services for a variety of electronics equipment; including: personal computer desktops, laptops, printers, scanners, LAN equipment, copying machines, phones, palm pilots, cell phones, etc. In order to enhance public health and environmental protection, EPA plans to award multiple contracts entitled Recycling Electronics and Asset Disposition (READ) services which will provide the entire Federal sector with a procurement tool to recycle and properly dispose of excess or obsolete electronic personal property in an environmentally responsible manner. More information about the initiative can be found under the READ icon at http://www.epa.gov/oam/hpod.

 

If you are a small business, you must have the capability, or partner with an organization who has the capability, to perform the following functions: (1) Refurbishing and reconfiguring electronic equipment and identifying a market to resell that equipment; (2) Creating an audit trail that can track equipment's final destination for reporting purposes and providing certification regarding the final disposition of all electronic equipment handled by your company, (3) Providing logistical support for nationwide coverage for federal agency's who have several regional/field offices; (4) Ensuring the security of information contained in the equipment and preventing sensitive information from being compromised; and (5) Dismantling electronic equipment that has been determined to be beyond an upgrade or refurbishment.

 

The North American Industrial Classification System (NAICS) code for this requirement may be 562920, Material Recovery Facilities, 562211, Hazardous Waste Treatment and Disposal, and/or 562219, Other Non-hazardous Waste Treatment and Disposal. All of these codes have a small business standard of $10.5M in annual receipts. Annual receipts are defined as the average gross receipts over a firm's latest 3 completed fiscal years. "Receipts" means the firm's gross or total income, plus cost of goods sold, as defined by or reported on the firm's Federal Income Tax return. The term does not include, however, net capital gains or losses, nor taxes collected for and remitted to a taxing authority if included in gross or total income. A complete definition of all Small Business Administration (SBA) small business size standards can be found at http://www.sba.gov/size/indexguide.html.

 

If you have not previously responded to this requirement, please submit an e-mail to voss.oliver@epa.gov with the name, address and business size of your company.

 

Point of Contact, Oliver Voss, Purchasing Agent, Phone (202) 564-4514

 

Email your questions to U.S. Environmental Protection Agency at OLIVER VOSS

 

Mobile Shredder Platform

 

Document Type: Presolicitation Notice

 

Solicitation Number: N0025304Q0054

 

Classification Code: 36 -- Special industry machinery

 

Contracting Office Address: N00253 610 Dowell Street Keyport, WA

 

Description: The Naval Undersea Warfare Center Division Keyport intends to solicit and negotiate with Shredding Systems, Inc. 9760 Southwest Freeman Drive, Wilsonville, OR 97070-9286 on a sole source basis for a mobile platform for a 3200H shredder. This acquisition will be conducted using the policies and procedures of FAR Part 12.

 

Shredding Systems, Inc. is the sole manufacturer of the 3200H Shredder and no specifications or drawings are available for competitive procurement. The Government anticipates award of a firm fixed price type contract. The required delivery date is 12 weeks after drawing approval. The solicitation will be issued on or about January 23, 2004. This notice of intent is not a request for competitive proposals. Award will be made on or about June 7, 2002. No telephone requests for the solicitation will be accepted. Numbered Note 22 applies.

 

Original Point of Contact: Dianne M. White (360) 396-5677. Email your questions to whitedm@kpt.nuwc.navy.mil at whitedm@kpt.nuwc.navy.mil.

 

Mobile Document Shredding Disintegrator Truck

 

Document Type: Presolicitation Notice

 

Solicitation Number: 4200029061

 

Classification Code: 36 -- Special industry machinery

 

Contracting Office Address: NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

 

Description: NASA/MSFC has a requirement for Mobile Document Shredding Disintegrator Truck with the following specifications: 1. Must be on National Security Agency approved list for meeting particle size requirements of 3/32" for classified document destruction. 2. System must be a self-contain unit and designed to be a one- man operation with all controls conveniently located. 3. Walk-in body with interior shredding. 4. Regular cab truck with: a. Diesel engine; 275 hp @ 2400 rpm, 800#/ft. torque @ 1450 rpm or equivalent. b. Anti-Lock drum brakes with spring applied parking brake. c. Automatic Transmission with Overdrive. d. Chassis Type: Tandem Axle. 5. Unloading Method: Hydraulic Auto-Dump. 6. Hydraulic belt conveyor feed system. 7. Integrated cyclonic collector and air filter system. 8. Throughput: High Capacity 3,000 - 6,000 lbs/hr. 9. The shredder components will be in a soundproofed enclosure with opening for the belt feeder. 10. Side entrance to the work area will be equipped with a power lift. 11. Hydraulic pumps, valves, and hoses necessary to operate all components. 12. Provide delivery of mobile shredder truck to Marshall Space Flight Center, Security Office. 13. Provide on-site training for two MSFC personnel to become proficient in utilizing the shredder truck. **Contracting Officer will make award based upon the following: (1.) Lowest Bid, Technically Acceptable determination will be made from quotes received; and (2.) Earliest Delivery Date. The above will all be part of the of the award determination criteria. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.

 

This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=.

 

The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred/ lana.a.fischer@nasa.gov )no later than January 27. 2004. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). An ombudsman has been appointed MSFC POC: Axel Roth - See NASA Specific Note "B".

 

Original Point of Contact: Lana A. Fischer, Contract Specialist, Phone (256) 544-1140, Fax (256) 544-6041, Email lana.fischer@msfc.nasa.gov - Sherry K Davidson, Contract Specialist, Phone (256) 544-0285, Fax (256) 544-8656, Email sherry.davidson@msfc.nasa.gov.

 

Pulpers and Metal Glass Shredders

 

Document Type: Presolicitation Notice

 

Solicitation Number: N6554004R0014

 

Contracting Office Address: N65540 Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA

 

Description: The Naval Surface Warfare Center Carderock Division (NSWCCD) Philadelphia, PA intends to procure on an unrestricted basis, through full and open competition: Pulpers and Metal Glass Shredders handling solid waste onboard an estimated 5 ships with additional quantities for possible Navy needs. Each ship will have (1) Metal & Glass Shredder and (1) Large Pulper. The required equipment will be electro-mechanical, controlled by Programmable Logic Controllers. The required equipment must be constructed and tested in accordance with existing Navy Level III drawings. Complex fabrication machining and assembly capabilities are required. A single award is anticipated, however award by line item is possible. The procurement will be awarded on a ?low cost technically acceptable? basis requiring the submission of a price proposal, technical proposals and past performance information. A n Indefinite Delivery Indefinite Quantity Fixed Priced contract with a 5 year ordering period is anticipated. All responsible sources are encouraged to submit an offer which will be considered by NSWCCD Philadelphia. The applicable NAICS Code is 562213. The solicitation, along with all attachments, will only be available in electronic format at the following websites at issuance: http://www.neco.navy.mil OR http://www.fedbizopps.gov or http://web1.dt.navy.mil/acquisition.

 

All interested parties may download the solicitation and any amendments after the release date of the Solicitation. Point of Contact is Albert Stracciolini who can be reached at 215-897-1371 or preferably by email at: stracciolinia@nswccd.navy.mil.

 

Original Point of Contact: Albert Stracciolini at (215) 897-1371

 

 

No more results found.
No more results found.