SOLICITATION NOTICE
S -- Multi-Function Support Services in support of PWD Mid-South Navy Operational Support Centers (NOSCs) at Chattanooga, TN; Knoxville, TN; St. Louis, MO; and Kansas City, MO
- Notice Date
- 10/18/2024 1:08:47 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945025R0001
- Archive Date
- 10/30/2024
- Point of Contact
- Kendra McMahon, Phone: 9045420192
- E-Mail Address
-
kendra.l.mcmahon.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 Multi-Function Support Services in support of PWD Mid-South Navy Operational Support Centers (NOSCs) at Chattanooga, TN; Knoxville, TN; St. Louis, MO; and Kansas City, MO. 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 Kendra McMahon, Contract Specialist, kendra.l.mcmahon.civ@us.navy.mil. The proposed solicitation number is N6945025R0001. The work includes, but is not limited to, all labor, operations, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Custodial; Pest Control; Integrated Solid Waste Management (ISWM); Grounds Maintenance & Landscaping; and Pavement Clearance.� This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. 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 (60 months). The base period 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 N6945021D0019,, awarded in 2021. 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 solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns.� 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 at https://sam.gov when it becomes available. The anticipated date of RFP issuance is on or after 11 October 2024. ************************************************************************************************************************************************** The soliciation was posted to SAM.GOV on 10/18/2025 under N6945025R0001.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/56bb45c3a68940b0af02735337a8b286/view)
- Place of Performance
- Address: Memphis, TN 38109, USA
- Zip Code: 38109
- Country: USA
- Zip Code: 38109
- Record
- SN07244143-F 20241020/241018230101 (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 |