Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

S -- Base Operations Support (BOS) Services at NOSC Miami, FL, NOSC West Palm Beach, FL and NSWCCD Dania Beach, FL

Notice Date
3/4/2020 8:26:55 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-20-R-0031
 
Response Due
4/21/2020 11:00:00 AM
 
Archive Date
05/06/2020
 
Point of Contact
John E. Mack, Phone: 9045420296, Rebecca Jones, Phone: 9045423870
 
E-Mail Address
john.mack@navy.mil, rebecca.m.jones@navy.mil
(john.mack@navy.mil, rebecca.m.jones@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a Synopsis Notice for Base Operations Support (BOS) services at Navy Operation Support Center (NOSC) Miami, FL, NOSC West Palm Beach, FL and Naval Surface Warfare Center Carderock Division (NSWCCD) Dania Beach, FL. 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 John Mack, Contract Specialist, (904) 542-0296. The proposed solicitation number is N69450-20-R-0031. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Investment, Custodial, Pest Control, Integrated Solid Waste Management, Grounds Maintenance and Landscaping and Wastewater services at NOSC Miami, FL, NOSC West Palm Beach, FL and NSWCCD Dania Beach, FL.� 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 $41.5M 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 N69450-17-D-6006, awarded in 2017. 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. As a result of the market research, the Contracting Officer recommended soliciting as a competitive 8(a) small business set-aside.� The NAVFAC Southeast Small Business Office concurs with the set-aside determination.� As a result, the proposed solicitation will be issued as a competitive 8(a) 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://beta.sam.gov/ when it becomes available. The anticipated date of RFP issuance is on or after 19 March 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcb435ca647844c69a05878975405af9/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05579384-F 20200306/200304230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.