SOLICITATION NOTICE
Z -- Base Operations Support Services at NSA, New Orleans, LA, the Naval Air Station, Joint Reserve Base, New Orleans, LA, Naval Operational Support Center Shreveport, and SPAWARSYCENTLANT New Orleans
- Notice Date
- 4/12/2018
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6945018R1715
- Point of Contact
- Tiffany Tatham 904-542-8816 Secondary POC: Rebecca Jones 904-542-6837
- E-Mail Address
-
Contract Specialist
(tiffany.tatham@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Support Activity, New Orleans, LA, the Naval Air Station, Joint Reserve Base, New Orleans, LA, Naval Operational Support Center Shreveport, and SPAWARSYCENTLANT New Orleans. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Tiffany Tatham, Contract Specialist, (904) 542-8816. The proposed solicitation number is N69450-18-R-1715. The work will include all labor, supervision, management, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Investment; Custodial; Pest Control; Integrated Solid Waste Management; Grounds Maintenance and Landscaping; Pavement Clearance; Wastewater; Water; Electrical; Natural Gas; and other related services at Naval Support Activity, New Orleans, LA, the Naval Air Station, Joint Reserve Base, New Orleans, LA, Naval Operational Support Center Shreveport, and SPAWARSYCENTLANT New Orleans. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $38.5M dollars. The contract term is anticipated to be a base period of one year plus four one-year option periods, for a total contract performance period not to exceed five years (60 months). The base period recurring work requirement will be the overall minimum guarantee. 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 Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N69450-17-D-1720, awarded in 2016. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will be issued as a competitive 100% small business set-aside. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. The anticipated date of RFP issuance is on or after 27 April 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fffe3672c46c68a00723bfc1cf21a5db)
- Record
- SN04887806-W 20180414/180412230952-fffe3672c46c68a00723bfc1cf21a5db (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 |