SOURCES SOUGHT
M -- Base Maintenance Services
- Notice Date
- 8/2/2006
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
- ZIP Code
- 60088-5600
- Solicitation Number
- Reference-Number-N4008306PR0001
- Response Due
- 8/30/2006
- Archive Date
- 9/14/2006
- Description
- NAVFAC MID WEST is currently seeking potential sources for Base Maintenance Services at Great Lakes Naval Station, Great Lakes, Illinois. The scope of work includes all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Pest Control, Refuse Collection, Grounds Maintenance, Water Treatment, Filter Maintenance, and Elevator Maintenance for the entire base. If issued the RFP will be a combination Firm Fixed Price/Indefinite Quantity Performance-Based Contract, handled under Best value Source Selection Procedures. In addition, if issued the Request for Proposal (RFP) will be for a period of one year with four option years, and will also contain an Award Option Plan, which could result in the possible award of up to five (5) additional option years awarded based on performance. The total duration, including the exercise/award of any options, shall not exceed 10 years. The North American Industry Classification System (NAICS) is 561210, and the size standard is $30,000,000.00. This is not a request for proposal and no solicitation is available at this time. A market research survey is being conducted to determine interest and capability of potential sources from any 8(a), HUBZone, Service Disabled Veteran-Owned Small Businesses, and/or general Small Business offerors. All interested parties are invited to respond by registering by submitting a statement of capabilities. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for the Navy?s decision to establish this requirement as a competitive 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business set-aside acquisition, or a Small Business Set-Aside acquisition. Interested 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses, or Small Businesses must submit a Statement of Capabilities (SOC), which describes in detail the firm?s capability of providing the above services at the Naval Station Great Lakes, Illinois. Your SOC shall include the following (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a) certification, HUBZone Certification or Service-Disabled Veteran Owned Small Business status or Small Business status. (5) If responding as an 8(a), provide the name and phone number of your SBA Business Opportunity Specialist. (6) Register in the Department of Defense Central Contractor Registration (CCR) database (7) Positive statement of eligibility as an 8(a) under NAICS Code 561210, with an average annual gross revenue of not more than $30 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of five (5) previous projects completed within the last five (5) years that are similar in size, scope and complexity to this project. Include prior experience of key company personnel and all planned subcontractors, experience in providing base maintenance services. (9) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm. Include information for similar contracts currently in progress or completed within the last five years. The following information (Government or Commercial) shall be provided for each of your references: (a) Contract Number and Project Title; (b) Name of contracting activity; (c) Administrative contract officer?s name, current telephone number; (d) Contracting officer?s technical representative or primary point of contact name and current telephone number; (e) Contract type (e.g. firm fixed price, cost plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Basic contract award and final contract value; (h) Summary of contract work. (10) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the Navy to determine the firm?s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section tabbed. Interested parties shall mail or hand-deliver their responses to NAVFAC Midwest, Attention: Lisa Matthews, Contract Specialist, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than August 30, 2005 at 4:00 p.m. local time.
- Place of Performance
- Address: Naval Station Great Lakes, Great Lakes, IL
- Zip Code: 60088
- Country: UNITED STATES
- Zip Code: 60088
- Record
- SN01104640-W 20060804/060802221734 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |