Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2010 FBO #3000
SOURCES SOUGHT

S -- Inmate Management Facility Support Contract, Naval Air Station pensacola, Florida and surrounding areas.

Notice Date
2/8/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010R0769
 
Response Due
2/17/2010
 
Archive Date
3/4/2010
 
Point of Contact
chris.mclaughlin@navy.mil
 
E-Mail Address
chris.mclaughlin@navy.mil
(chris.mclaughlin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. This is not a request for a proposal. There is no solicitation available at this time. Interested parties will not be reimbursed for requested information. And there might be no further communication on the government's part. The government is determining its acquisition strategy and consequently is exploring the idea of setting this work aside for small business. This project is located aboard Naval Air Station Pensacola, Florida and surrounding areas. Refer to pre-Solicitation Number N69450-10-R-0769. The government is seeking interest from small businesses for management services of facility support crews. The contractor shall be responsible for the coordination, management, and administration of Federal Bureau of Prisons (FBOP) inmate personnel performing work at Naval Air Station Pensacola (NASP) and the Naval Hospital. NASP also includes Corry Station, Saufley Field, and Bronson Field. Most work is at NASP, Corry Station and Saufley Field. This is a performance specification for an Inmate Labor Coordination contract. The contractor shall manage the total work effort associated with this contract to assure adequate and timely completion of the required services utilizing the inmate workforce provided by the FBOP from the Federal Prison Camp (FPC). This function includes a full range of management duties including, but not limited to, work control, scheduling, cost accounting, report preparation, establishing and maintaining records and inventories, warranty enforcement, and quality control. Ground Maintenance operations is a large portion of the work effort (75%): lawn care (e.g. policing, mowing, edging and trimming lawns and grounds), flowerbed maintenance, shrub and hedge pruning, fertilization, weed removal, cultivation and mulching, debris removal and disposal, irrigation system maintenance, ditch and drainage structure cleaning, wet and dry retention area maintenance, oversight and maintenance of 'Tree Farm' and 'Rock Farm", establishing new flowerbeds, establishing and maintaining wildflower areas, playground area maintenance (e.g. sand fluffing), fence line vegetation removal, tree pruning, providing topsoil, sodding, tree planting, tree removal, stump removal, erosion control, and other grounds maintenance associated tasks. The remaining (25%) of the work includes the following functions: Road repairs, metal trades and labor jobs including engraving name tags/brass plates, painting, minor signage repairs and replacements, Auto Mechanics, Heavy Equipment Mechanics, Heavy Equipment Operation, Carpentry, Brick and Block Laying, Painting, Roofi! ng, Fence Repair and Installation, Phone Repair, Demolition of Structures, Generator Maintenance, Concrete Work, Plumbing, Tile Work, Pressure Washing, Pool Work, Electrical and other tasks not discussed above but commonly performed by crafts listed herein. The Contracting Officer (KO) or other personnel designated by the KO shall give all project taskings to the contractor. The requirements are stated in terms of performance objectives; the contractor is provided the latitude to meet those objectives. Omission of a facility, area, or specific work task on any solicitation or contract attached listing does not preclude service for that facility, area or specific task. 1) Interested offerors must first identify under which of the eight (8) Small Business Subcategories below they are classified: Check all that apply. NAICS Code: 561210 Size Standard: $35.5M ___ Small Business ___ 8(a) Small Business ___ Historically Underutilized Business Zone (HUBZone) ___ Small Disadvantaged Business (SDB) ___ Women-Owned Small Business (WOSB) ___ Veteran-Owned Small Business (VOSB) ___ Service Disabled VOSB (SDVOSB) ___ Historically Black College and University or Minority Institution (HBCU/MI) 2) Interested offerors must provide a narrative not greater than two pages in length summarizing their management services experience on contracts completed in the last five years. Emphasis should be given to any contracts involving Inmate labor coordination. 3) Interested offerors must positively identify whether or not they are registered in the Central Contractor Registration database at www.ccr.gov 4) Interested offerors must reply by email with documentation submitted as an attachment. Do not call and do not mail brochures or documents. Email only to chris.mclaughlin@navy.mil ensuring that it is received by the morning of (no later than 9:00 AM Eastern) Wednesday 17 FEB 2010. Cite solicitation number N69450-10-R-0769 in the subject line If a solicitation is issued, it will be posted to https://www.neco.navy.mil under solicitation number N69450-10-R-0769. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. The official Plan Holders List will be maintained on, and can be printed from the internet site https://www.neco.navy.mil. All prospective offerors must register as Plan Holders on the internet website for this solicitation. Each company must indicate if it is a Prime Contractor or Subcontractor. The solicitation will be available for download free-of-charge via the internet at https://www.neco.navy.mil. This will be the only method of distribution of amendments; therefore it is the offeror's responsibility to check the website for updates (Amendments).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f3ff5a4ce37835cad895f55064f1fc4)
 
Record
SN02060373-W 20100210/100208234422-7f3ff5a4ce37835cad895f55064f1fc4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.