Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOLICITATION NOTICE

Z -- SPAWAR Fac Mx - Draft PWS

Notice Date
2/15/2018
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA441818R0008
 
Point of Contact
Joseph C. Alexander, Phone: 8439637744, Terry G. Harrelson, Phone: 8439635182
 
E-Mail Address
joseph.alexander.13@us.af.mil, terry.harrelson.1@us.af.mil
(joseph.alexander.13@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft PWS The scope of this service consists of providing all management, tools, equipment, and labor necessary to ensure facilities maintenance support services are performed for the Space and Naval Warfare Systems Center Facilities (SPAWAR) located at Joint Base Charleston - Weapons Station (JB CHS-WS). The performance period for this service is a twelve (12) month base period of 1 October 2018 thru 30 September 2018 and includes four (4) one-year option periods with a six (6) month option to extend the performance period from 1 October 2018 thru 30 September 2023 (the six (6) month extension period shall be utilized for evaluation purposes only). Work to be performed includes, but is not limited to, preventive maintenance, inspection and repair of air handling systems, plumbing, buildings, structures, exterior lighting, and irrigation systems for approximately 92 buildings totaling 1.38 Million SF. Interested parties shall note that a Secret security clearance is required for all on-site contract employees. All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services except as specified in the contract as Government Furnished Property will be provided by the contractor. The solicitation will be issued as a 100% 8(a) Competitive Set-Aside. The applicable North American Industry Classification System (NAICS) code is 561210 with a small business size standard of $38,500,000. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. The successful contractor will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest offeror. NOTES: (1) A draft Performance Work Statement is attached to this synopsis. (2) It is the Governments intent to hold a pre-proposal conference on or about 15 March 2018 (further details to be announced in the solicitation) (3) It is anticipated the solicitation will be issued electronically on or about 02 March 2018 on the Federal Business Opportunities web page at http://www.fbo.gov. (4) Hard copies of the solicitation will NOT be provided. You may download and print from the website. (5) A registration page is attached to the FBO website. You are not required to register. However, when you register, you will receive notice of any amendments and/or addendums that may be issued against the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (6) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at risk and expense of the contractor. (7) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (8) All prospective contractors must be registered in the System for Award Management (SAM) database/website https://www.sam.gov/portal/SAM/#1 in order to be eligible for award. (9) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Send questions or responses to the address below or via email to primary point of contact NLT 1 March 2018 at 2:00 p.m. EST. Contracting Office Mailing Address: 628 CONS/PKA Attn: Joseph Alexander 101 E. Hill Blvd Joint Base Charleston, SC 29404-5021 Points of Contact: Primary: Joseph Alexander, Contract Specialist, Phone (843) 963-7744, Fax (843) 963-5183, email: joseph.alexander.13@us.af.mil. If you send responses via fax, please confirm receipt. Alternate: Terry Harrelson, Contracting Officer, Phone (843) 963-5158, Fax (843) 963-5183, email: terry.harrelson.1@us.af.mil. If you send responses via fax, please confirm receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441818R0008/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapons Station (JB CHS-WS), South Carolina, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04824443-W 20180217/180215231514-f9d8a3b10bb1e777483d17c6b6cf0fb5 (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.