SOLICITATION NOTICE
S -- Synopsis Base Operations Support (BOS) Services Contract at various locations within The Republic of Singapore
- Notice Date
- 4/9/2024 6:42:08 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274223R3601
- Response Due
- 6/2/2023 1:00:00 PM
- Archive Date
- 06/17/2023
- Point of Contact
- Kimberly Williams, Phone: 8084712611
- E-Mail Address
-
kimberly.n.williams44.civ@us.navy.mil
(kimberly.n.williams44.civ@us.navy.mil)
- Description
- This contract action is for Base Operating Services at various locations within the Republic of Singapore, for the Commander, Singapore Area Coordinator, and its mission is to provide base operating support to the U.S. Air Force (USAF), U.S. Navy (USN) and other U.S. Government interests in the Republic of Singapore.� This solicitation will be advertised on an unrestricted basis inviting full and open competition; however, all firms shall obtain all required permits, licenses, and authorization to perform work and comply with all applicable Government of Singapore (GOS) local laws and regulations in addition to the United States Department of Defense (DOD) requirements.� The North American Industry Classification System (NAICS) Code is 561210 and the applicable size standard is $47 million.� The Government intends to award a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), single award contract with Recurring and Non-Recurring Work Items.� The anticipated BOS services to be performed include, but are not limited to, Management and Administration, Air Operations (Airfield Facilities, Passenger Terminal and Cargo Handling), Supply (Material Management), Housing (Family Housing and Unaccompanied Housing), Facilities Support (Facility Management), (Facility Investment), Custodial, Pest Control, Integrated Solid Waste Management, Other (Swimming Pool), Grounds Maintenance and Landscaping, Water (Overseas), Base Support Vehicles and Equipment, and Environmental.� This contract will replace a contract for similar services awarded in 2016 to Centerra Group LLC at a maximum dollar value including the base period, seven option years and a six-month extension of services period for $72 million.� The contract was awarded as an (IDIQI-F) (Firm Target) contract with recurring and non-recurring work.� The contract is currently in its seventh (7th) Option Period (01 April 2023 through 31 March 2024).� The Contract expires on 31 March 2024. The proposed contract term will be a (3) month mobilization period, with a nine (9) month base period, plus six (6) 12-month option periods with the final exercised option period 7 to be nine (9) months and include the three (3) month demobilization period.� Only the Mobilization and Base period recurring work portion of the contract will offer a minimum guarantee.� The contract will include the Option to Extend the Term of the Contract � Services clause whereby options may be exercised in subsequent years for a total period not to exceed 102 months.� The contract will include FAR clause 52.217-8 Option to Extend Services.� If the Government does not award a follow-on contact in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause.� The Government will not issue a synopsis when exercising the option(s).� This solicitation utilizes source selection procedures which require offerors to submit a non-price technical proposal and a price proposal for evaluation by the Government.� The Government will evaluate proposals and select the best value offerors using the tradeoff source selection process requiring both non-price and price proposals.� Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered.� The anticipated non-price evaluation factors are as follows:� (A) Past Performance; (B) Corporate Experience; (3) Technical Approach; and (4) Safety.� The Government intends to award a contract without conducting discussions; therefore, the offeror�s initial proposal shall contain its best terms from a price and non-price standpoint.� The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government.� The issuance date for the Request for Proposal (RFP) is 15 days or more from the date of this notice.� Proposals received from all responsible sources will be considered.� The RFP will be posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml and can be downloaded free of charge.� All prospective Offerors are encouraged to register for the solicitation when downloading from PIEE.� Amendments and Notices will be posted on PIEE for downloading.� This will be the normal method of distributing amendments; therefore, it is the Offeror�s responsibility to check the website daily for any amendments and other information pertaining to this solicitation. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge from the Adobe website.� Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: NFPACQ21-SINGBOS@navy.mil.� In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE:� Offerors are required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. Reference is made to DFARS Clause 252.204-7004, Alternate A, System for Award Management. �Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an offeror ineligible for award of DOD contracts.� Notwithstanding FAR 52.237-1, the Government intends to provide digital media and a narrative in substitution of a physical pre-proposal conference.� A virtual pre-proposal conference will be held in June or July 2023 via MS Teams.� Approximate date and registration instructions will be provided in RFP.� The purpose of the conference will be to familiarize prospective offerors with the extent and nature of the project, as well as the unique features of the proposal requirements.� A site visit is scheduled for June or July 2023 in Singapore.� Approximate date and registration instructions will be provided in RFP.� Attendees for the site-visit are responsible for making their own travel arrangements.� All costs for travel, meals and accommodations will be at the attendee�s expense. Additional information will be provided to the registered site visit attendees. Place of contract performance: Republic of Singapore Set-asides are not applicable to the proposed acquisition:� N/A A sources sought notice (Singapore Base Operations Support Services (SBOS), Republic of Singapore N62742-23-X-XXXX) for this procurement was posted December 1, 2022 on SAM, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition.� The Naval Facilities Engineering Systems Command (NAVFAC) Pacific, small business office concurs with this decision.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/69c907f1e32741c89f6ac14ccc8a0880/view)
- Place of Performance
- Address: 96534, SGP
- Zip Code: 96534
- Country: SGP
- Zip Code: 96534
- Record
- SN07024285-F 20240411/240409230049 (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 |