Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
DOCUMENT

Z -- West Sound (BOS) Services in the state of Washington, at the following major installations, located in Kitsap and Jefferson Counties in Washington State SEE ATTACHED DOCUMENT - Attachment

Notice Date
12/12/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247018R3002
 
Response Due
1/2/2018
 
Archive Date
10/31/2018
 
Point of Contact
Jennifer Jordan
 
E-Mail Address
<!--
 
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 the West Sound Base Operations Support (BOS) Services Contract, in the state of Washington, at the following major installations, located in Kitsap and Jefferson Counties in Washington State: Naval Base Kitsap, Bangor, Washington Naval Base Kitsap, Bremerton, Washington Jackson Park Community Complex and Naval Hospital Bremerton Naval Base Kitsap, Keyport, Washington Naval Magazine Indian Island, Port Hadlock, Washington Outlying supported areas The work includes, but is not limited to, providing all management, supervision, labor, materials, equipment, incidental engineering, and transportation necessary to provide services for the below. The work to be performed under this contract requires that the selected contractor possess a Secret Facility Clearance and DD254 and will also require selected contractor personnel to possess a DoD SECRET security clearance at contract start. Facility Management -work management (technical library maintenance and operation, Government Maximo database input and maintenance) and infrastructure condition assessment. Facility Investment (Maintenance) for approximately 1000 numbered facilities, covering over 11 million square feet, including special access areas, special munitions storage and handling facilities, and other recurring services. Healthcare Facility Management and Maintenance Active seven-story hospital, attached three-story primary care clinic and outlying structures; The Joint Commission certification and data entry into Defense Medical Logistics Standard Support System. Pavement Clearance for approximately 170 lane miles of roadways and 970,000 square yards of parking lots and other pavement on five primary installations. Transportation and Vehicle Maintenance Services - bus route operations, towing and repair services, various medium to heavy equipment maintenance, mobile crane maintenance and testing, rail equipment repair, operator training and licensing, and GSA vehicle coordination. Environmental Services (including hazardous waste management and disposal, spill response and cleanup, and compliance testing services). Market Research obtained will assist 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 with a potential of seven, one-year option periods, which cumulatively will not exceed ninety-six (96) months. The North American Industry Classification Standard (NAICS) code for this procurement is 561210, Facility Support Services, with a size standard of $38.5 million. 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 firm ™s qualifications to perform the defined work. Please note that your submittal shall not exceed five (5) projects. Submit your completed responses no later than 02 January 2018 at 2:00 p.m. Eastern Standard Time (EST) to the Contract Specialist, Jennifer Jordan via email at jennifer.s.jordan@navy.mil. Identify in the subject line of your response: N62470-R-18-3002 West Sound BOS SOURCES SOUGHT. 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. A.Interested businesses are invited to respond to this sources sought by completing and returning the response form (Attachment A- Company Information) provided with this announcement. Include experience in performing efforts of similar value, size, scope and complexity within the last five (5) years as a prime contractor and/or a major subcontractor. A relevant contract is further defined as Base Operating Support (BOS) services (or equivalent) encompassing technical specification 1502000 - Facility Investment. When completing the response form, please take the time to complete the form in its entirety. Attachment A submittal shall not exceed three (03) pages. B.Each responding firm is requested to provide one (01) to five (05) example projects utilizing Attachment B- Relevant Project Form. Please provide projects which best demonstrate the company ™s experience relative to the types of work covered by this requirement. Within the narrative description section of the response form, describe the projects sufficiently to demonstrate your firm ™s experience with the types of work described in the work description above. Each Attachment B- Relevant Project Form shall not exceed four (4) pages. RESPONSES ARE DUE NLT TUESDAY, 02 JANUARY 2018 at 2:00 p.m. Eastern Standard Time (EST). LATE RESPONSES WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing Jennifer Jordan via email atjennifer.s.jordan@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 OFFEROR ™S 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 questions included in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247018R3002/listing.html)
 
Document(s)
Attachment
 
File Name: N6247018R3002_WSBOSCSourcesSoughtN6247018R3002.docx (https://www.neco.navy.mil/synopsis_file/N6247018R3002_WSBOSCSourcesSoughtN6247018R3002.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247018R3002_WSBOSCSourcesSoughtN6247018R3002.docx

 
File Name: N6247018R3002_ATTACHFormAandBWSBOSCSSN6247018R3002.docx (https://www.neco.navy.mil/synopsis_file/N6247018R3002_ATTACHFormAandBWSBOSCSSN6247018R3002.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247018R3002_ATTACHFormAandBWSBOSCSSN6247018R3002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVFAC NORTHWEST
Zip Code: 1101 Tautog Circle, Silverdale, WA
 
Record
SN04764096-W 20171214/171212230957-5c8729894fc4bc4759e75dc46c8cab42 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.