Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2024 SAM #8292
SOURCES SOUGHT

99 -- MCLB Albany Multi-Function Support Services (MFSS)

Notice Date
8/8/2024 12:14:33 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945025RTBD6
 
Response Due
8/19/2024 11:00:00 AM
 
Archive Date
09/03/2024
 
Point of Contact
Stephanie Menciano, Jennifer Doherty
 
E-Mail Address
stephanie.s.menciano.civ@us.navy.mil, jennifer.e.doherty.civ@us.navy.mil
(stephanie.s.menciano.civ@us.navy.mil, jennifer.e.doherty.civ@us.navy.mil)
 
Description
THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR BID. THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY POTENTIAL OFFERORS FOR MULTI-FUNCTION SUPPORT SERVICES (MFSS) AT MARINE CORPS LOGISTICS BASE (MCLB) ALBANY, GEORGIA. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE CURRENTLY AVAILABLE. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following small business categories: small business; U.S. Small Business Administration (SBA) certified 8(a) business development participants; SBA certified HUBZone small business concerns; service-disabled veteran-owned small business (SDVOSB) concerns; veteran-owned small business (VOSB) concerns; and women-owned small business (WOSB) concerns. �Potential sources should demonstrate that they have current relevant qualifications, experience, personnel, security approvals, equipment, and capability to manage and perform Facility Investment; Pest Control; Railroad Maintenance Services; and other related services that are similar to what will be required at Marine Corps Logistics Base (MCLB) located in Albany, Georgia.� The type of solicitation to be issued will depend upon responses to this sources sought notice.� Any resulting contract will be a facilities support indefinite-quantity contract and include recurring work/firm fixed price (FFP) and non-recurring work/ indefinite delivery indefinite quantity (IDIQ) provisions. �The contract term is anticipated to be a base period of six (6) months, with four one year option periods. �The recurring work base year requirement will be the overall minimum guarantee. �There will be a phase-in period, and the anticipated performance start date is 23 September 2025. The proposed requirement will provide Multi-Function Support services for the following Annexes/Sub-annexes:�1502000 Facility Investment (primarily sustainment and minimal restoration and modernization of facilities and building systems such as:�Locksmith services, HVAC and geothermal systems, boilers, fire protection systems, vertical transportation equipment (VTE), railroad trackage, above-ground storage tanks, backflow prevention devices, reverse osmosis systems, roof inspection/maintenance and water softener systems); 1503020 Pest Control (primarily scheduled services for facilities and structures including: mission impact pests, vertebrate pests and�railroad trackage vegetation management).This requirement is performance based. The estimated annual magnitude for this procurement is between $2M and $5M. The primary NAICS Code for this procurement is 561210 with a size standard of $47.0M. The Government will use the sources sought responses along with other market research to make various determinations regarding procurement of these MFSS services.� Industry will be notified of the results of this evaluation and the set-aside determination via the pre-solicitation/synopsis notice. Responses to the questions provided herein must be submitted in electronic form (Microsoft Word or Adobe PDF format) and may be attached to an email addressed to: stephanie.s.menciano.civ@us.navy.mil and jennifer.e.doherty.civ@us.navy.mil.Responses are limited to 5 pages in length, 5MB in size and should only include the information requested in the attached questionnaire. �Do not submit brochures or other corporate marketing information. The due date for responses is 2:00 PM EST, 19 August 2024. Please identify in the subject line of your response: �ALBANY MFSS SOURCES SOUGHT�. �Any questions may be submitted via email to: stephanie.s.menciano.civ@us.navy.mil with copy to Jen Doherty, email: jennifer.e.doherty.civ@us.navy.mil. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23dccfe137584e81aa71ac538d5d9e8a/view)
 
Place of Performance
Address: Albany, GA, USA
Country: USA
 
Record
SN07163452-F 20240810/240808230129 (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.