SOLICITATION NOTICE
S -- Timor Leste Operations Support Contract (TLOSC)
- Notice Date
- 9/22/2011
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274211R3530
- Archive Date
- 6/1/2012
- Point of Contact
- Jody Sing Chow, Contract Specialist (808) 474-0050 Susan Silva-Quizon, Contracting Officer, (808) 474-4708
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This solicitation is for a Timor Leste Operations Support Contract (TLOSC), which will provide facility support services for approximately 25-personnel from the Naval Mobile Construction Battalion (NMCB) unit in Dili, Timor Leste. The solicitation will be advertised on an unrestricted basis inviting full and open competition. The North American Industry Classification System (NAICS) Code for this procurement is 561210 and the annual size standard is $35.5M. The Government intends to award a combined Firm Fixed-Price/Indefinite-Delivery, Indefinite-Quantity (FFP/IDIQ) contract. The minimum guarantee to be ordered during a specified period is the fixed price portion of the contract, and the maximum value to be ordered for the IDIQ portion is $5,000,000 (estimated $1,000,000 per period). The services to be provided are (1) security guard operations, (2) warehousing, (3) janitorial, (4) pest control, (5) refuse collection/recycling, (6) vehicle support: NMCB detachment camp and various locations, (7) supply/materials management services, (8) grounds maintenance, (9) provision of potable water and bottled water, (10) wastewater removal, and (11) communications such as VOIP, CATV and Internet. This contract will replace a Cost-Plus-Award-Fee task order for similar services awarded on 31 May 2011 with an estimated cost of $2,075,186. The contract period of performance is anticipated to consist of a 12-month base period (to include a two-month mobilization/phase-in period) and four (4) 12-month option periods. The Government will not issue a synopsis when exercising the option(s) with the final exercised option to include the demobilization period. The contract will include NFAS clause 5252.217-9301 Option to Extend the Term of the Contract “ Services. Additionally, if the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to extend Services Clause, FAR 52.217-8. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. All responsible sources may submit a proposal in response to the solicitation, which shall be considered. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and corporate experience information, and a price proposal for evaluation by the Government. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. The anticipated non-price evaluation factors are as follows: (1) Technical Approach/Methods; (2) Past Performance; (3) Corporate Experience; and (4) Occupational Safety. The Government intends to award the contract without discussions in accordance with FAR 52.215-1. However, the Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The solicitation will be issued on or about 15 days from the date of this notice. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and can be downloaded free of charge. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. All prospective Offerors are encouraged to register for the solicitation when downloading from NECO. Amendments and Notices will be posted on NECO for downloading. This will be the normal method of distributing amendments, therefore it is the OFFEROR ™S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge from the Adobe website. Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: Timor@navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Offerors are required to register in the Central Contractor Registration (CCR) database prior to award of a contract. Be advised, failure to register in the CCR makes an offeror ineligible for award of DoD contracts. The purpose of the database is to provide basic business information, capabilities and financial information to the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible; offerors must have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certification Application (ORCA). ORCA is an on-line system that is located on the internet by going to https://orca.bpn.gov/. A pre-proposal conference/site visit is projected to occur during the week of November 6, 2011 in Dili, Timor Leste. The exact date and location of the pre-proposal conference will be provided in the Request for Proposal (RFP). Parties interested in attending the pre-proposal conference/site visit shall submit a request via email to Timor@navy.mil by 12:00 p.m. Hawaii Standard Time (HST) on October 3, 2011. Failure to submit all required information by October 3, 2011 12:00 p.m. HST will preclude a firm ™s eligibility to participate in the pre-proposal conference and site visit. Each pre-proposal conference/site visit request must include the following information: full name, name of firm representing, position/title, telephone number, and e-mail address. The Government may request additional information for site visit attendees if required, which will be requested prior to the pre-proposal conference/site visit. Attendees to the pre-proposal conference/site visit are responsible for making their own travel arrangements. All costs for travel and accommodations will be at the attendee ™s expense. Additional information will be provided to the registered conference/site visit attendees. The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211R3530/listing.html)
- Record
- SN02587964-W 20110924/110922235112-59f35fcbda8bcf4f8c707c7433d759c7 (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 |