DOCUMENT
R -- Facilities Support Services - Attachment
- Notice Date
- 6/24/2015
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- N0018915R0068
- Response Due
- 7/1/2015
- Archive Date
- 7/16/2015
- Point of Contact
- Carlton Walton 757-443-1390
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources sought notice to determine whether qualified and experienced sources are able to provide labor only support for HAZMAT at designated Navy Regional Consolidated HAZMAT Reutilization and Inventory Management Program (CHRIMP) Centers as outlined in the attached draft Performance Work Statement (PWS). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response to this request for information. Place of Performance (Site Locations) The majority of the work associated with this requirement will be performed at (a) Naval Air Station (NAS) Patuxent River, MD and the outlying installations of Webster Field and Solomon Island, MD; (b) Navy Support Facility (NSF) Dahlgren, VA; and (c) Naval Support Activity (NSA) Annapolis, MD. It is anticipated that after contract award, additional sites may be added to the requirement at a later date. NAICS Code The NAICS Code for this requirement is 561210, Facilities Support Services, size standard of $38.5M. Anticipated Contract The proposed contract action will be an Indefinite Delivery/Indefinite Quantity type contract with Firm Fixed Price provisions. Period of Performance The requirement will consist of a one-year base period of performance and will include option provisions to incorporate four one-year option periods thereafter. Package Submissions - No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up requests. Interested firms shall complete and submit the following information: (A) A document summary (no more than a 5 pages) to demonstrate the organization ™s financial and technical capability to provide the services described within the PWS. Contractors shall make specific references to their capabilities to perform the following areas of the PWS: Section 1 “ Third Party Logistics Support Section 2 - Hazmat Operations (NAWCAD) Section 3 “ Hazmat Operations (JBAB) Section 4 - Personnel/Personnel Qualifications (B) Past Performance Information Form (Attachment 1) to address the company ™s experience in performing tasks (maximum of 3 contracts) that were/are relevant to the services described within the PWS. (C) The organization ™s business size under NAICS 561210(large business, small business, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, 8(a), small disadvantaged small business, and/or woman owned small business). Proprietary information submitted will be protected, when so designated. (D) Teaming arrangements may be permitted. If your company intends to form a teaming arrangement for this procurement, provide a discussion of the teaming relationship. If the teaming partners are already identified you should provide the name(s) of the teaming partner(s), the anticipated type of teaming arrangement(s), address the specific attribute(s) each member will provide, and include the applicable experience for each member. In some cases, you may be able to form a joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture not each individual member (13 CFR 125.6(i)). No telephone calls requesting a solicitation will be accepted or acknowledged. There is no solicitation available at this time. Any information received in response to this announcement will be used to determine the availability of interested sources that are qualified to provide the required core functional management support services. Written responses to this announcement shall be submitted to Carlton Walton, carlton.walton@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915R0068/listing.html)
- Document(s)
- Attachment
- File Name: N0018915R0068_Draft_Performance_Work_Statement.docx (https://www.neco.navy.mil/synopsis_file/N0018915R0068_Draft_Performance_Work_Statement.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018915R0068_Draft_Performance_Work_Statement.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0018915R0068_Draft_Performance_Work_Statement.docx (https://www.neco.navy.mil/synopsis_file/N0018915R0068_Draft_Performance_Work_Statement.docx)
- Record
- SN03775094-W 20150626/150624235451-c9eaf6c2034d50473812dda3e25e487e (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 |