SOLICITATION NOTICE
M -- Facility Support Services - i.e. HVAC, Grounds Maintenance, Janitorial & Refuse - for three Navy Operational Support Centers in Chattanooga TN, Knoxville TN and Louisville KY.
- Notice Date
- 5/10/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N40083 NAVFAC MIDWEST PWD CENTRAL FEAD 201 Decatur Avenue Bldg 5 Great Lakes, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008310R1016
- Response Due
- 5/25/2010
- Archive Date
- 6/9/2010
- Point of Contact
- Eugene Leonard 847-688-3368, ext 104 Tom Yoder, 847-688-3368, ext 102
- E-Mail Address
-
eugene.leonard@navy.mil
(eugene.leonard@navy.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Government intends to negotiate a firm-fixed price 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement for facility support services. This requirement is a Performance Based procurement, consolidating facility support services for three (3) Navy Operational Support Centers located at Chattanooga, TN, Knoxville TN, and Louisville KY. The NAICS code applicable to this procurement is 561210 - Facilities Support Services. The period of performance consists of a base period of twelve months with four (4) twelve-month option periods. The anticipated start date is October 1, 2010. The acquisition method will be source selection procedures with an award based on the best value concept. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once the Request for Proposal (RFP) is issued, it may be downloaded by accessing http://www.neco.navy.mil or at http://www.fedbizopps.gov. This office no longer issues hardcopy solicitations. By submitting a quote, the offeror will be self certifying that neither the principal corporate officials nor owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. NO SOLICITATION EXISTS AT THIS TIME. The RFP is estimated to be issued on or about Friday, May 28, 2010 with proposals due at 4:00 p.m. (local time) on Wednesday, June 30, 2010. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerrors at anytime prior to award. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis. Description: The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at Navy Operational Support Center (NOSC) Louisville KY, NOSC Knoxville TN and NOSC Chattanooga TN. This contract will be a combination of both firm-fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ). The following is a synopsis of the dispersion of work at the locations encompassed by this statement of work: (1) Facility Investment: The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following (1) Building Systems: HVAC, Fire Protection and Detection, Intrusion, Detection Systems, Monitoring of Fire and Intrusion Detection, Boilers, Unfired Pressure Vessels (UPV), Compressed Air Systems, Potable Water (including backflow prevention devices), electrical, Interior and Exterior Lighting, Lightning Arrestors and Grounding Devices; (2) Miscellaneous: Signs, Fences, Locksmith, Flag Poles, Drainage Systems, Plumbing. (2) Custodial Services: Custodial requirements consist mainly of services that ensure the cleanliness of working environments. Custodial services do not include any repair work of facilities or fixtures. Custodial services include waste removal for buildings and service locations. (3) Pest Control Services: The Contractor shall perform monthly pest control services to prevent and control the following pests: Nuisance, structural, lawn and ornamental and medically-important arthropod and invertebrate pests including: cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes; Vertebrate pests including: mice, rats, bats, feral, dogs, and cats; other nuisance mammals, pigeons and other nuisance birds. (4) Integrated Solid Waste Management: Integrated Solid Waste Management consists mainly of services that ensure the all solid wastes are properly removed from the NOSC's. Integrated Solid Waste Management includes waste, recycling, and bulk items for removal from the specified pick up area. (5) Landscaping Maintenance: Grounds Maintenance and Landscaping consists mainly of services that ensure the all of the grounds are maintained to the specified CPL's. Grounds Maintenance and Landscaping include but are limited to: grass cutting, tree trimming, edging, debris pickup, perimeter fence clearing, storm drainage systems, bush and shrub trimming, and fertilizations. (6) Pavement Clearance: Pavement Clearance requirements consist mainly of services that ensure the snow removal and deicing services are completed. Pavement Clearance services do not include any repair work of facilities or fixtures unless damaged by the Contractor. IMPORTANT NOTICE: All contractors submitting bids, proposals or quotes on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at www.ccr.gov. Reference: DFARS Clause 252.204-7004, Required Central Contractor Registration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008310R1016/listing.html)
- Record
- SN02145195-W 20100512/100510234830-6805a780d4acfaf9c93165e56cf7ae6e (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 |