SOLICITATION NOTICE
M -- Mark Center Base Operations Support (BOS) Contract
- Notice Date
- 11/24/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-11-R-0013
- Point of Contact
- Jothan Watkins, Phone: 703-693-8384, Monica Ceaser, Phone: 703-571-0432
- E-Mail Address
-
jothan.watkins.ctr@whs.mil, monica.ceaser.ctr@whs.mil
(jothan.watkins.ctr@whs.mil, monica.ceaser.ctr@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- MARK CENTER BOS The Department of Defense Washington Headquarters Services Acquisition Directorate (DOD/WHS/AD) intends to issue a Request for Proposal (RFP) HQ0034-11-R-0013 for the acquisition of Base Operations and Services (BOS) to support the Mark Center Campus located in Alexandria Virginia. The BOS Acquisition will be a combination of Firm Fixed Price with Award Term, Cost Plus Fixed Fee, and Indefinite Delivery-Indefinite Quantity (IDIQ) encompassing a Base Period of Two (2) Years as Cost Plus Fixed Fee (CPFF), Three (3) One-Year Option Periods with Firm Fixed Price (FFP) and Five (5) One-Year Award Term Periods with Firm Fixed Price (FFP) [for a total number of performance not exceeding 10 years]. Each Award Term Period will be awarded based upon evaluation criteria of performance in accordance with the Award Term Plan that will be provided with the RFP. The Mark Center Campus supports and maintains a 17-floor tower, a conjoined 15-floor tower totaling approximately 1.75 million gross square feet of office space, remote delivery facility, a remote inspection facility, 2 parking garages with a combined total of approximately 3,747 parking spaces, a visitor control center, an access control facility, perimeter security fencing, dog kennels, secondary roads that connect to local public roads and a transportation center. The primary use of these facilities is to provide administrative office space and support services to approximately 6,400 DoD personnel. There are approximately 1 mile of paved roads that are part of the facility. The deliverables of this performance based services acquisition includes, but are not limited to: operation, maintenance, repair, modification and alteration (including minor construction) of the facility; janitorial services; security services (e.g.) coordination of contractor operations with the campus security program); management and inspection for systems and facility upgrades; reliability maintenance and engineering for facilities and infrastructure equipment; roads and grounds maintenance; integrated pest management; refuse collection and disposal, safety and occupational health; environmental compliance; customer support; emergency preparedness and force protection planning; recycling and disposition, freight management; material handling; equipment accountability/disposition; delivery of supplies and equipment; real property management and hazardous waste management and disposal. To effectively provide these services, the Contractor shall manage work orders and service calls, implement a quality control program; conduct plant/facility engineering; establish base-lines for critical systems; conduct configuration management, perform minor construction, provide an engineering design and safety engineering program; develop long-range planning and monitor utility systems. Typical infrastructure equipment that is supported includes: elevators, facility control systems, HVAC, fire detection sensors electrical, UPS/generators, water supply and waste water disposal water systems. The Contractor shall provide all management, supervision, labor, materials, supplies, vehicles, repair parts, tools and equipment, and shall plan, schedule, coordinate and ensure the effective and economical operation, maintenance and repair of Mark Center Campus facilities and systems. Public safety and the safety of the workforce are indispensible. The Contractor will maintain safe and secure operating locations and be flexible and innovative protecting and preserving physical and environmental assets. The Contractor will professionally manage resources and the infrastructure to ensure sustainability, reliability, energy conservation and cost efficiency to ensure superior customer satisfaction by providing the services in a timely, efficient and effective manner. WHS/AD is seeking services that incorporate the “best practices” and that industry normally accords to commercial customers. WHS/AD also seeks a Contractor that possesses the resources and technical expertise to keep mission critical facilities and their operating systems in effective working order. This acquisition will be conducted using Full and Open Competition Procedures. All Offerors will be required to provide a Small Business Subcontracting Plan to be evaluated with the Proposal. The North American Industry Classification System (NAICS) Code is 561210-Facilities Support Services and the size standard is $32.50M. The Government intends to make a Best Value Source Selection Decision using the Tradeoff Process in accordance with FAR Part 15. The directions for proposal submission will be included in Section L of the solicitation entitled, Instructions, Conditions and Notices to Offerors. This will be an electronic solicitation release; no hard copies will be mailed. TELEPHONE, E-MAIL AND FAX REQUESTS WILL NOT BE ACCEPTED. Contractors contemplating competing for this contract award are asked to carefully review the Performance Work Statement (PWS), the RFP and related documents. There will be a TS/SCI requirement for the Program Manager, Designated Program Manager Alternate, Site Safety Health Officer, and Conference Center Management Staff. These clearance levels must be in place when the proposal is submitted and will be evaluated as a PASS/FAIL requirement for proposal responsiveness. All documents (except the Bidders Library) applicable to this solicitation notice will be available via internet at www.fbo.gov. It is the responsibility of each Offeror to review FedBizOps for Notice of Amendments, Updates and/or Changes to current information. This office is NOT responsible for providing you with notifications of any changes to this solicitation. The specifications and all notifications of changes to this solicitation and for any posted changes or amendments to this solicitation will only be made available through FedBizOps (FBO). The Solicitation HQ0034-11-R-0013 is anticipated to be issued on or about 20 Dec 2010. A formal Site Visit will be required and to be announced and scheduled in the solicitation. Proposals will not be considered from Offerors that did not attend the Site Visit. The Points of Contact for Solicitation HQ0034-11-R-0013 are as follows: WHS/AD Contract Specialist, Jothan Watkins, Telephone: 703-693-8384, E-Mail: jothan.watkins.ctr@whs.mil. WHS/AD Contract Specialist, Monica Ceaser, Telephone:703-571-0432, E-Mail: monica.ceaser.ctr@whs.mil. WHS/AD Contracting Officer, Alvina Woodson, E-Mail: alvina.woodson@whs.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-11-R-0013/listing.html)
- Place of Performance
- Address: Mark Center Campus, 4800 Mark Center, Arlington, Virginia, United States
- Record
- SN02333484-W 20101126/101124234130-b864a82c711f70de40a2e2fc81ea3413 (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 |