SOLICITATION NOTICE
Z -- Multi-Function Support Services (MFSS) for Naval Station (NS) Mayport, Florida
- Notice Date
- 11/28/2023 10:43:07 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-24-R-0002
- Response Due
- 12/13/2023 11:00:00 AM
- Archive Date
- 11/28/2024
- Point of Contact
- Darrien Thomas, Cari Fiebach
- E-Mail Address
-
darrien.a.thomas.civ@us.navy.mil, cari.l.fiebach.civ@us.navy.mil
(darrien.a.thomas.civ@us.navy.mil, cari.l.fiebach.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a Synopsis Notice for Multi-Function Support Services (MFSS) for Naval Station (NS) Mayport, Florida and outlying areas supported by this command.� 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 Darrien Thomas, Contract Specialist, darrien.a.thomas.civ@us.navy.mil. The proposed solicitation number is N6945024R0002. This requirement includes all labor, supervision, management, materials, tools, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Custodial; Pest Control; Integrated Solid Waste Management; Grounds Maintenance and Landscaping; and other related services at NS Mayport, Florida and outlying areas supported by this command. This requirement is performance based.� The proposed contract type is a single award Facilities Support Indefinite-Quantity contract with recurring work (firm-fixed price) and non-recurring work (indefinite delivery, indefinite quantity) Contract Line Item Numbers (CLINS).� 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 $47.0M 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.� The base year 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 N6945020D0008, awarded in 2019.� 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 proposed solicitation will be issued as a competitive 8(a) set-aside.� The Government will only accept offers from 8(a) certified firms.� 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, and any attachments, at https://sam.gov under �contract opportunities� when it becomes available.� The anticipated date of RFP issuance is on or after 13 Dec 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7198fdb29c874135b7b7e3d77698e70a/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Record
- SN06895869-F 20231130/231128230042 (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 |