Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to perform Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services, Naval Complex Newport, Newport Rhode Island. General Work Requirements : 1502000 C – Facility Investment The Contractor shall furnish all labor, management, supervision, tools, materials and equipment, to perform: Vertical Transportation Equipment (VTE) Maintenance, Repair, and Alteration Services; Emergency, Urgent and Routine work; Preventative Maintenance; Inspection, Testing and Certification and Fire Suppression Systems Inspections. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Price Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the non-price factors of the lowest priced proposal. The Navy will award to the Lowest Priced Technically Acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the non-price factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The Offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 – Technical Approach/Management, Factor 2 – Corporate Experience, Factor 3 – Safety and Factor 4 – Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under Factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. For Factor 2 Corporate Experience and Factor 4 Past Performance : The offeror shall submit projects that are similar in size, scope and complexity to the solicitation. Size : A contract with a yearly value of at least $200,000.00 for recurring …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)