Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOLICITATION NOTICE

Z -- Base Operations Support (BOS) Services at NAS Whiting Field, FL.

Notice Date
8/1/2018
 
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
N6945018R1740
 
Archive Date
4/30/2019
 
Point of Contact
Stacey Garske 904.542.8444 Stacey Garske 904.542.8444 Stacey.garske@navy.mil
 
E-Mail Address
a
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Synopsis Notice for Naval Air Station (NAS) Whiting Field, Florida; various tenant commands, and the outlying landing fields and areas supported by these commands 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 Stacey Garske, Contract Specialist, (904) 542-8444. The proposed solicitation number is N69450-18-R-1740. The work includes, but is not limited to, all labor, management, supervision, tools, materials, equipment, and other items necessary to perform: Facility Investment; Pest Control, Other (Swimming Pools), Grounds Maintenance and Landscaping, Pavement Clearance, Utilities Management; Electrical, Gas, Wastewater, Water, Base Support Vehicles and Equipment; Environmental; and other related services at NAS Whiting Field, FL, various tenant commands, and the outlying landing fields and areas supported by these commands. 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 seven one-year option periods, for a total contract performance period not to exceed eight years (96 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 N69450-14-D-8000, awarded in 2014. 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. A sources sought notice for these services was posted on 09 November 2017. As a result of the market research, the Contracting Officer recommended soliciting as a 100% small business set-aside. The NAVFAC Southeast small business office and the Small Business Administration (SBA) Procurement Center Representative concur with the set-aside determination. As a result, the proposed 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. The site visit is tentatively scheduled for the week of 27 August 2018. The Government will provide specific site visit information at a later date. 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 16 August 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be142974455d1f6475b9d80728c9bc56)
 
Record
SN05015491-W 20180803/180801231311-be142974455d1f6475b9d80728c9bc56 (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.