SOLICITATION NOTICE
S -- Base Operations Support (BOS) Services, U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory
- Notice Date
- 9/19/2011
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N62742 NAVFAC PACIFIC, Services Conttracts Division (ACQ21), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274211R3601
- Response Due
- 1/20/2012
- Archive Date
- 5/1/2012
- Point of Contact
- Joy Fujioka 808 471-4391
- E-Mail Address
-
NFPACQ2
(NFPACQ2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This procurement is for Base Operations Support (BOS) Services at Diego Garcia, British Indian Ocean Territory (B.I.O.T.), for the Commander, Navy Support Facility, Diego Garcia (NSF DG) in support of its mission as a forward, logistic support base in the B.I.O.T. Pursuant to the agreement executed in 1966 between the governments of U.S. and the U.K, with subsequent modifications in 1976 and exchange of notes in 1987, the Government will issue this solicitation with full and open competition amongst United States/United Kingdom joint ventures firms. United States firm participation must be at least sixty percent (60%) and United Kingdom firm participation must be at least twenty percent (20%). United Kingdom firms must be certified as acceptable by the Commissioner, B.I.O.T, and will be required to provide a copy of their certification or proof of obtaining a certification with submission of their proposals. If no qualified joint venture firms submit a reasonable offer, it will be opened to United States firms. The North American Industry Classification System (NAICS) Code is 561210 and the annual size standard is $35.5 million. The Government intends to award a combination Firm Fixed-Price Award Fee (FPAF)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The firm fixed-price portion of the contract will satisfy the minimum guarantee. The anticipated BOS services to be performed include, but are not limited to, General Management and Administration Services; Command and Staff (Information Technology Services, Information Technology Support and Management, Telephone Services, Telecommunication Services, Antenna Maintenance); Public Safety (Fire Protection and Emergency Services); Air Operations (Ground Electronics, Airfield Facilities, and Passenger Terminal and Cargo Handling); Port Operations; Supply (Supply Services and POL Management and Operations, and Ship ™s Store Service Activities); Morale, Welfare and Recreation Support; Galley; Bachelor Quarters; Facilities Support (Facility Management, Facility Investment SRM, Custodial, Pest Control, Integrated Solid Waste Management (ISWM), Grounds Maintenance, and Pavement Clearance); Utilities (Electrical, Compressed Gases, Wastewater, Steam, Hot Water and Demineralized Water, and Potable Water); Base Support Vehicles and Equipment; and Environmental. The IDIQ work may include minor construction work requirements. The contract period of performance is anticipated to consist of a three (3) month mobilization period, a nine (9) month base period, and four (4) 12-month option periods with the final exercised option to include the demobilization period. The contract will include the Option to Extend the Term of the Contract “ Services clause whereby options may be exercised in subsequent years for a total period not to exceed 60 months. The contract will include FAR clause 52.217-8 Option to Extend Services. The Government will not issue a synopsis when exercising the option(s). This is a best value source selection procurement requiring both non-cost/price and price proposals. Award of a contract shall be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-cost/price factors considered. The anticipated non-cost/price evaluation factors are as follows: (A) Past Performance; (B) Corporate Experience; (C) Occupational Safety; (D) Management (Overall Contract “ Annex 2) and (E) Technical Approach/Methods (Annexes 3-18). The Government intends to award a contract without conducting discussions, therefore, the Offeror ™s initial proposal shall contain its best terms from a price and non-cost/price standpoint. The Government also reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. The issuance date for the Request for Proposal (RFP) is on or about 15 days from the date of this notice. Proposals received from all responsible sources shall be considered. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and can be downloaded free of charge. The RFP is available in electronic format only. All prospective Offerors are encouraged to register for the solicitation when downloading from NECO. Amendments and Notices will be posted on NECO for downloading. This will be the normal method of distributing amendments, therefore, it is the OFFEROR ™S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. The Acrobat Reader, required to view the PDF files, can be downloaded free of charge from the Adobe website. Paper copies of the solicitation, amendments, drawings and maps will not be provided. All technical/contractual questions must be submitted in writing to: NFPACQ2@navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification and the drawing number, as applicable. IMPORTANT NOTICE: Offerors are required to register in the Central Contractor Registration (CCR) database prior to award of a contract. Be advised, failure to register in the CCR makes an offeror ineligible for award of DoD contracts. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Reference is made to DFARS Clause 252.204-7004, Required Central Contractor Registration. You are encouraged to register as soon as possible, offerors must have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to https://orca.bpn.gov/. A pre-proposal conference will be held on October 24, 2011 in Hawaii at the Ford Island Conference Center, Building 89. There is no limit on the number of attendees per company. Registration for the conference will begin at 8:00 a.m. and the conference will commence at 9:00 a.m. Please check the websites at www.neco.navy.mil or www.fbo.gov for any updates to the conference. Parties interested in attending the pre-proposal conference shall submit the following to NFPACQ2@navy.mil no later than October 3, 2011 at 2:00 pm HST: company name, business size, point of contact, name of individuals with title, phone numbers, fax numbers, e-mail addresses. A one-time site-visit on Diego Garcia (DG) is tentatively scheduled for November 7 to November 18, 2011. The final site visit dates will be provided in the RFP or by amendment. Due to the unique logistical constraints posed by the location of DG, each firm will be allowed only one attendee on the site visit. If additional billeting/flight seats are available, a maximum of two attendees will be allowed, on a first-come, first-serve basis. Each firm may submit additional names as alternates in a prioritized list. Each site-visit request must include the following information: full name, gender, citizenship, nationality, name of firm representing, position/title, social security number, complete company address, and e-mail addresses. All personnel attending the site-visit shall complete the following mandatory pre-travel requirements: (1) Antiterrorism Level 1 Awareness Training (https://atlevel1.dtic.mil/at/); (2) Read Area Of Operations (AOR) International Travel Information for all countries that you will visit/land in en-route to Diego Garcia (for example, but not limited to: Japan and Singapore) (http://travel.state.gov/travel/cis_pa_tw/cis/cis_4965.html) and (3) Survival, Evasion, Resistance, and Escape (SERE) Code of Conduct Level B. Offerors may request a copy of the SERE Level B training CD to NFPACQ2@navy.mil. All personnel shall submit Antiterrorism Level 1 Awareness Training and SERE Level B certificates of completion, and confirm that they have read AOR Travel Information. All required site visit information (including prioritized alternates) should be sent via e-mail to NFPACQ2@navy.mil by October 3, 2011, 2:00 pm HST. Failure to submit all required information for the pre-proposal conference and site visit byOctober 3, 2011, 2:00 pm HST may preclude a firm ™s eligibility to participate in the pre-proposal conference and site visit. No additional names will be accepted after the registration deadline. A minimum 30 days is required to obtain local Area Clearance. Once the Area Clearance is granted, attendees will be allowed entrance to DG and will be responsible for transportation to and from DG from point of origin through the SATO office. Lodging reservations will be made for the site visit attendees on DG. Attendees will be responsible to make payment to the BQ at the end of their stay. The cost per night is approximately $43. All other costs while on DG will be at the attendees expense. Transportation around the island will be provided by NSF DG, but other incidentals will be at the attendee ™s expense. See RFP, Section L for further information on the site visit. It is the responsibility of the offeror to arrange for transportation to Singapore. Government-sponsored Space Available (Space-A) flights offered by Air Mobility Command (AMC) will be available to transport individuals from Paya Lebar, Republic of Singapore Air Force (RSAF) Base, Singapore, to Diego Garcia. It is highly recommended that flight arrangements to Singapore allow for significant flexibility in the event that the scheduled Space-A flight becomes delayed or encounters unscheduled changes. Currently, Space-A round trip flights from Singapore to Diego Garcia costs approximately $3,000 per person. Offerors are responsible for all transportation costs to and from Diego Garcia.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211R3601/listing.html)
- Record
- SN02583841-W 20110921/110920000912-1a7cff41f4afc2c251a34424b5fbc326 (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 |