Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2024 SAM #8411
SOLICITATION NOTICE

S -- Military Housing Maintenance � San Francisco Bay Area

Notice Date
12/5/2024 3:26:45 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DOL-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08425RDL940001
 
Response Due
12/20/2024 5:00:00 AM
 
Archive Date
01/04/2025
 
Point of Contact
Jessica P. Adkisson, Jet Flores, Phone: 5102191327
 
E-Mail Address
jessica.p.adkisson@uscg.mil, jet.i.flores@uscg.mil
(jessica.p.adkisson@uscg.mil, jet.i.flores@uscg.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a Synopsis Notice for Military Housing Maintenance � San Francisco Bay Area The Department of Homeland Security (DHS), U.S. Coast Guard (USCG), Operational Logistics Command (LOGCOM) Regional Contracting West (LOG-942) intends to issue a solicitation for Military Housing Maintenance at Alameda, Petaluma and Novato housing, California The Contractor shall provide all management, tools, equipment, labor, and materials necessary to ensure that services are performed in Accordance With (IAW) Statement of Work (SOW). All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, standards, instructions, and commercial practices. The proposed contract type is a single award 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 solicitation will be set aside for Competitive 8(a) Small Businesses. The Government will only accept offers from 8(a) certified firms. The North American Industry Classification System (NAICS) is 561210. The size standard for NAICS 561210 is $47 Million. 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. This is NOT a solicitation! Do not submit proposals or questions in response to this document. 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. No telephone calls or written requests for the solicitation package will be accepted. All prospective offerors are responsible for visiting the web page frequently to obtain the solicitation and any amendments or other information pertaining to this solicitation. Prospective offerors must be registered on the System for Award Management (SAM) - formerly the Central Contractor Registration (CCR) - in order to be eligible for award. Representations and Certifications must also be updated via SAM. See https://www.sam.gov and https://www.acquisition.gov for registration information. The anticipated date of RFP issuance is on or after January 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa43530b074f4fd4b1077fd324191e1d/view)
 
Place of Performance
Address: Alameda, CA, USA
Country: USA
 
Record
SN07282459-F 20241207/241205230108 (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.