SOLICITATION NOTICE
S -- Northern Sites Multi-Services Support Contract
- Notice Date
- 4/6/2022 12:11:22 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2636
- Response Due
- 5/1/2022 1:00:00 PM
- Point of Contact
- Daniel Courant, Jeannette Vincent
- E-Mail Address
-
daniel.w.courant.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil
(daniel.w.courant.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR EITHER A QUOTE OR PROPOSAL. NO SPECIFICATIONS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid�Atlantic, Public Works Department Maine (NAVFAC MID-LANT PWD-ME), is seeking eligible business firms capable of performing a Northern Sites Multi-Services Support contract for multiple buildings within the PWD-ME AOR. This solicitation is being advertised as a total small business set aside, with small business office concurrence with the set aside determination.� The Northern American Industry Classification System (NAICS) code for this project is 561210, with a size standard of $41.5 Million. As a result of the market research analysis, a determination was made to solicit this procurement as a Total Small Business Set-Aside. The NAVFAC MIDATLANTIC Small Business Office concurs with this decision. The Request for Proposal (RFP) will be issued on or about 4/22/2022. �The procurement method is Contracting by Negotiation, FAR Part 15.� A proposal due date of approximately 5/23/2022 is anticipated for the subject project. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be required to submit a technical proposal, corporate experience, safety documentation, past performance information, and a price proposal for evaluation by the Government. Offerors will be evaluated using the Lowest Price Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest priced to highest price). The Navy will then evaluate the technical factors of the one (1) lowest priced proposal. �The Navy will make award to the lowest priced technically acceptable proposal. �However, if the lowest-priced proposal is NOT found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. �If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a Multi-Services Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Recurring and Non-Recurring services made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 � Management Approach, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Project description:� This acquisition is for Northern Sites MULTI-SERVICES SUPPORT CONTRACT for the PWD-ME AOR.� The Contractor will be required to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facility investment, custodial, pest control, pavement clearance, electrical, and BSVE support services. Period of Performance:� The anticipated contract will include a 12-month base year and four 12-month option years, which, cumulatively, will not exceed sixty months. The completion date for the basic contract will be 365 days after date of award, approximately 31 Aug 2023. Options, if exercised, will end on 31 Aug 2027.� Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months.� Historical Summary: These services are currently being satisfied with two 8(a) Program small business set-aside IDIQ contracts with recurring and non-recurring services. The contracts, N40085-17-D-7201 and N40085-17-D-7202, were both issued with 12-month base periods and four 12-month option periods, respectively. �Additionally, each contract was extended for two six-month bridge option periods.� The same contractor currently performs both contracts. �This contract will replace both, the former contract (7201) for similar services awarded in 2016 for $2,135,697.29 (firm-fixed-price) and $1,680,107.34 (indefinite quantity estimate) and the latter contract (7202) awarded in 2016 for $2,059,881.48 (firm-fixed-price) and $1,242,637.60 (indefinite quantity estimate). �The current contract was awarded to CCI Construction Services, LLC. �DUNS # 078539671, Cage Code 6FVL0, Small Business Concern, FFP/IDIQ Base plus 4 options (total 5 years). General Information: Please be advised of on-line registration requirements in the System for Awards Management (SAM) database https://www.SAM.gov; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year rom date of submission. Contractors will be searched against SAM to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. The Navy commenced a transition from the Navy Commercial Access Control System (NCACS) to the Defense Biometric Identification System (DBIDS) credentialing for contractors, visitors, vendors and suppliers requiring access to Navy installations. DBIDS is the new credential that will be accepted for all contractors, visitors, vendors and suppliers that require access to the installation. There is no charge for the DBIDS credentials. Requirements for getting base access will be sent in the RFP. The solicitation, once posted, will be available in electronic format only. All documents will be located on the Contract Opportunities website. The address is https://www.SAM.gov. ONLY REGISTERED CONTRACTORS WILL BE NOTIFIED WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTRACT CONCERNING THE PROPOSALS RECEIVED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c699771362e04df2affb8510f6199e3e/view)
- Place of Performance
- Address: Cutler, ME, USA
- Country: USA
- Country: USA
- Record
- SN06290884-F 20220408/220406230104 (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 |