SOURCES SOUGHT
Z -- Base Operations Support (BOS) Services Contract located at Naval Support Activity Annapolis, Maryland to include the United States Naval Academy
- Notice Date
- 4/28/2016
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247016R5008
- Response Due
- 5/19/2016
- Archive Date
- 5/20/2016
- Point of Contact
- Ms. Jara Tartt,Contracting SpecialistJara.Tartt@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities to provide services as specified below. The Naval Facilities Engineering Command Atlantic is performing this market research to aid in the development of its acquisition approach. Respondents will not be notified of the results of the evaluation. The Naval Facilities Engineering Command Atlantic is seeking to identify companies with the capacity, experience and interest in competing for a Base Operations Support (BOS) Services Contract located at Naval Support Activity Annapolis, Maryland to include the United States Naval Academy. The work includes, but is not limited to, providing all management, supervision, labor, materials, equipment, incidental engineering, and transportation necessary to provide services for: Facility Support Services (Facility Management, Facility Investment, Pest Control, Integrated Solid Waste Management, Pavement Clearance, Other (Swimming Pools), and Special Event Support), Utility Production and Distribution (Utility Management, Chiller Plant, Electrical, Natural Gas, Wastewater Treatment, Steam and Water), and Base Support Vehicles Equipment (BSVE) Services. One of the main functions of this synopsis is also to assist the Contracting Officer in determining whether any type of small business set-aside (SB, 8(a), HUBZoneSB, WOSB, or Service Disabled Veteran Owned Small Business) is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. NAVFAC Atlantic is seeking potential sources for an *Indefinite Delivery Indefinite Quantity (IDIQ), performance-based type contract that is comprised of both Recurring Work and Non-Recurring Work Items for Base Operations Support (BOS) services with a base performance period of one (1) year and up to six (6) one-year option periods. The NAICS code for this procurement is 561210, Facility Support Services. (*As a result of recent policy changes Naval Facilities Engineering Command (NAVFAC) no longer recognizes Combination Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) type contracts. This solicitation will result in award of an IDIQ type contract that is comprised of both Recurring Work Items (formerly referred to as Firm Fixed Price) and Non-Recurring Work Items (formerly referred to as Indefinite Delivery Indefinite Quantity) Items). SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform the defined work. Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS OF THE TEN (10) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 19 May 2016 to the Contract Specialist, Ms. Jara Tartt, via email to jara.tartt@navy.mil. Identify in the subject line of your response: Annapolis BOS CONTRACT. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; (6) positive assertion indicating registration in SAM (http://www.sams.gov); and (7) Small Business designation/status (Small Business (SB), Small Business Administration (SBA) certified 8(a) participant, Historically Underutilized Business Zone (HUBZoneSB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), and/or Service-Disabled Veteran Owned Small Business (SDVOSB). B. RELEVANT EXPERIENCE. Include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officers Name, Telephone Number and/or email address: (4) Contracting Officers Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. (8) Explain what procedures you would employ to ensure you can meet schedule and performance requirements of a large BOS contract in a highly visible location. (9) If applicable, provide a narrative of how your company would comply with the Limitations on Subcontracting clause, FAR 52.219-14. C. PHASE-IN. The Government is contemplating a minimum phase-in time of 90 days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on? D. ADDITIONAL INFORMATION. If any, that the responders believe to be relevant. RESPONSES ARE DUE NLT THURSDAY, 19 MAY 2016. LATE RESPONSES WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Jara Tartt via email at jara.tartt@navy.mil. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFERORS OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. We appreciate your interest and thank you in advance for responding to the Market Research Questionnaire/Request for Information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247016R5008/listing.html)
- Record
- SN04098572-W 20160430/160428234734-8423598cdea3c2466f72150c4f2cd975 (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 |