Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2022 SAM #7631
SOLICITATION NOTICE

S -- Swimming Pool Maintenance Services at Naval Air Station (NAS) Pensacola, Florida

Notice Date
10/20/2022 12:23:55 PM
 
Notice Type
Presolicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023Q0003
 
Archive Date
11/15/2022
 
Point of Contact
Macie Higginbotham, Kendra McMahon
 
E-Mail Address
macie.d.higginbotham.civ@us.navy.mil, kendra.l.mcmahon.civ@us.navy.mil
(macie.d.higginbotham.civ@us.navy.mil, kendra.l.mcmahon.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a synopsis notice for Swimming Pool Maintenance Services at Naval Air Station (NAS) Pensacola, Florida. 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 Macie Higginbotham, Contract Specialist, Email: macie.d.higginbotham.civ@us.navy.mil, or Kendra McMahon at Kendra.l.mcmahon.civ@us.navy.mil. The proposed solicitation number is N6945023Q0003. The work includes, but is not limited to, all labor, management, supervision, tools, materials, equipment, facilities, transportation and other items necessary to manage, operate, and maintain swimming pools under Sub-annex 1503040 Other (Swimming Pools) at NAS Pensacola. �This requirement is performance based.� � The proposed contract type is a facilities support indefinite-quantity purchase order. �It will be competitively procured using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13, Simplified Acquisition Procedures.� The primary NAICS Code for this procurement is 561790 and the annual small business size standard is $8M. The contract term is anticipated to be a one-year base period plus four one-year option periods, for a total performance period not to exceed five years (60 months).� The base period recurring work requirement will be the overall minimum guarantee.� In addition, if the Government requires continued performance of any services within the limits of the purchase order, FAR 52.217-8, Option to Extend Services, may be exercised to extend performance for a period not to exceed six months. This purchase order will replace contract N6945018D1730 for similar services, awarded in 2018.� Information about the current contract and the incumbent contractor (e.g. 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 proposed solicitation is a 100% small business set-aside.� The Government will only accept offers from small business concerns.� �� The solicitation utilizes evaluation procedures which require offerors to submit price and non-price information.� The Government will award to the responsible offeror whose quote conforms to the solicitation, offers the lowest price, and is the most advantageous to the Government. Offerors can view and/or download the solicitation on the SAM.gov website when it becomes available. The anticipated date of solicitation issuance is on or after November 1, 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0896cd0a961e49c4b0c7907f9f734f49/view)
 
Place of Performance
Address: Pensacola, FL, USA
Country: USA
 
Record
SN06498996-F 20221022/221020230053 (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.